Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20180440.tiff
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & COLORADO ELECTRONIC SERVICES LLC THIS AGREEMENT is made and entered into this % ti'day of f ,oryy , 201Z, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Colorado Electronic Services LLC. whose address is 3046 W. 8th Street Greeley, CO, hereinafter referred to as "Contract Professional". WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to perform services as more particularly set forth below; and WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform the services, and is willing to perform the services according to the terms of this Agreement. WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contract Professional and Contract Professional's willingness and ability to meet those requirements_ Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No. B 1800048. The RFP contains all of the specific requirements of County. Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response confirms Contract Professional's obligations under this Agreement. 2. Service or Work. Contract Professional agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project described in Exhibit A which is attached hereto and incorporated herein by reference. Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by competent Contract Professionals performing services of a similar nature to those described in this Agreement. Contract Professional shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contract Professional's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. boNsi_szyki- Ce-: 13G- -r-r/s& (9--tuf-t AtiA)/ Aer) ‹,2018 DLicit) al 44- /34 sacr25D Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contract Professional if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated by either party at any time with notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract Professional the right to provide services under this Agreement beyond the time when such services become unsatisfactory to the County. If this Agreement is terminated by County, Contract Professional shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contract Professional provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contract Professional shall be the basis for additional compensation unless and until Contract Professional has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract Professional's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement 6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services, and County's acceptance of the same, County agrees to pay an amount no greater than $19,802.01 which is the bid. Contract Professional acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Buildings & Grounds, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contract Professional under the terms of this Agreement for any amount in excess of the sum of the bid. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or penalties of any nature other than the compensation stated herein. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contract Professional was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contract Professional shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract Professional agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contract Professional in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contract Professional. Contract Professional agrees that it is an independent Contract Professional and that Contract Professional's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contract Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contract Professional, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available to Contract Professional and its employees and agents only if such coverage is made available by Contract Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law. 8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not enter into any subcontractor agreements for the completion of this project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project. Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contract Professional and Contract Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contract Professional under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contract Professional shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contract Professional is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contract Professional agrees to keep confidential all of County's confidential information. Contract Professional agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contract Professional agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Standard of Care. Contract Professional warrants that the services performed under this Agreement will be performed in a manner consistent with the professional standards governing such services and the provisions of this Agreement. Contract Professional further represents all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contract Professional, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. Weld County and the State must be named as additional insured on the Commercial General Liability policies (leases and construction contracts require additional insured coverage for completed operations on endorsements CG 2010 11/85, CG 2037, or equivalent). Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Should any of the above - described policies by canceled or should any coverage be reduced before the expiration date thereof, the Contract Professional shall send written notice to the Weld County Director of General Services by certified mail, return receipt requested. Such written notice shall be sent within thirty (30) days upon receipt of such cancellation from carrier or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall indemnify and hold harmless County, its officers, and employees, from and against injury, loss damage, or liability of Contract Professional arising out of the work done in fulfillment of the terms of this Contract, to the extent caused by a negligent act, error, or omission, or on account of any claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contract Professional to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contract Professional hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Director of Weld County Department of Buildings & Grounds, or his designee. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contract Professional: Colorado Electronic Services LLC. Attn.: Carl H. Hatton Address: 3046 W. 8th Street Address: Greeley, CO 80631 E-mail: Greg@coloradoelectronicsecurity.com Facsimile: (970) 405-3102 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contract Professional shall comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contract Professionals or persons to perform services of the same or similar nature. 20. Entire Agreement/lVIodifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement aver that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of Contract Professional's services and Contract Professional shall not employ any person having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract Professional. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contract Professional agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contract Professional certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contract Professional will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contract Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract Professional shall not use E -Verify Program or State of Colorado program procedures to undertake pre- employment screening or job applicants while this Agreement is being performed. If Contract Professional obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within three (3) days that Contract Professional has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contract Professional shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contract Professional shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contract Professional participates in the State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contract Professional has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contract Professional shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contract Professional fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contract Professional shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract Professional receives federal or state funds under the contract, Contract Professional must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contract Professional operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 29. Compliance with Davis -Bacon Wage Rates. Contract Professional understands and agrees that, if required the work shall be in compliance with the Davis- Bacon Wage Rates. 30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 32. Acknowledgment. County and Contract Professional acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN 7WITNESS WHEREOF, the parties hereto have signed this Agreement this 74 day of G ibe , 201 CONTRACT PROFESSIONAL: Colorado Electronic Services, LLC By: Name' Car Title: O u> .21A -l? WELD CCOttr.. ATTE 0.�� Weld o , C BY: Deputy C k to the B APPROVED AS TO FUNDING: .62 Controller Date 2/#? Y OF COUNTY COMMISSIONERS D COUNTY, COLORADO e Moreno, Chair FEB 1 4 2 018 APPROVED AS TO SUBSTANCE: Elected" Official or Department Head do/1-61-11-e 1-11-e • REQUEST FOR BID WELD COUNTY, COLORADO 1150OSTREET GREELEY, CO 80631 DATE: JANUARY 15, 2018 BID NUBS R: #31800048 DESCRIPTION: VOTER BOX SURVEILLANCE DEPARTMENT: BUILDINGS & GROUNDS DEPT MANDATORY PRE43ID CONFERENCE DATE: JANUARY 24, 2018 BID OPENING DATE: FEBRUARY 6, 2018 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director/Purchasing Director (collectively referred to herein as, "Weld County'), wishes to purchase the following: VOTER BOX SURVEILLANCE A mandatory pre -bid conference will be held at 8:00 a.m., on Wednesday, January 24, 2018, at the eld County Bldgs & Grounds bldg located at 1105 H St, Greeley CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: (TuesdayFebruary0,2018(,10:00a.m. (Weld County Purchasin Time Clock). PAGES 1 — 8 OF TdIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFOR , ATION CONTAINED IN PAGES 1-8 MAY BE APPLICALE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasing located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendurns, and awards on this one centralized system. Bid Deliver to Weld County — 2 methods: svn +-+a 1. Email. Emailed bids are preferred. Bids may be emailed to: b i d s© w e I d g o v. c o m. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have an'Lquestions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.F.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform 'emu H} iu n!S. fENSM Et IDI.VM 6 L F ,I BID REQUEST #B1800048 Page 2 work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder4that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work u nder this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, u ndertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual n atural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprie₹or, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lav+rully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL" However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will withhold any information which is clearly marked CONFIDENTIAL and submitted separately. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation BID REQUEST #B1800048 Page 3 benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when clue all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim o r right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business e nterprises will be affordec full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been u njustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. o'. -l. -p1'e}:imTi=�:z`z+�11V.�•y1J@� �'�kY7 fiEGEWigr BID REQUEST #B1800048 Page 4 N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of VVeld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere BID REQUEST #B1800048 Page 5 with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written n otice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self - insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, e mployees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate BID REQUEST #B1800048 Page 6 and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, o► other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. I₹ is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: 51,000,000 each occurrence; $2,000,000 general aggregate; 52,000,000 products and completed operations aggregate; 51,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of 51,000,000 for bodily injury per person, 51,000,000 for bodily injury for each accident, and 51,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. BID REQUEST #B1800048 Page 7 Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate o₹ insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. Voter Box Surveillance System Weld County is requesting proposals to perform the installation of new Voter drop box video surveillance systems at 12 locations throughout Weld County. The locations are as follows: Site Name Locati©n Address Cost Carbon Center Valley Recreation 701 5th St, Frederick 80530 Milliken Town Hall 1101 Broad St, Milliken 80543 Community Complex 1100 37th St, Evans 80620 Evans Recreation Center 450 Powers St, 80516 Erie Erie Windsor Recreation Center 250 11th St Windsor, 80550 Ft Lupton Recreation Center 203 S 80621 Ave, Ft Lupton Harrison Greeley Funplex 1501 65th Avenue, Greeley 80634 Hudson Library 100 Beech St, Hudson 80642 Weld RE -10J County School District 420 Main St, Briggsdale 80611 New Raymer Church 225 80742 County Road 86, New Raymer Grover Town Hall 315 Chatoga St, Grover 80729 Nunn Hall 185 Lincoln Ave, Nunn 80648 Town $ TOTAL Tai li BID REQUEST #B1800048 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK: Contractor shall: 1. Contractor to provide, program and install one 2MP analog color exterior dome camera with fixed lens FLIR C133ED/or equivalent at each of the above locations. Camera will be pointed focused onto the voter drop box. Attachment 1 shows the approximate location of the voter boxes that will be installed. 2. Provide and install one digital video recorder FLIR M3104/or equivalent at each of the locations which includes 4TB of memory. 3. Contractor is responsible for installing the cabling in ridged, weather tight conduit from the interior DVR location to the camera locations on the exterior of each building. Plenum rated cabling may be used on interior of building. 4. Programing of the DVR shall include setting up so a watermark of the date and time is visible. 5. Exterior mounting locations may include, but not limited to metal, wood, cement block, etc. The pre -bid date will allow for the entire day to view the installation locations for any anomalies. Be prepared to visit these sites as needed. If contractors do not wish to visit the sites, then the tour will be cancelled. 6. Weld County will award the proposal to the vendor with the best offering deemed most advantageous to the county, price/cost being the primary consideration. 7. The determination of whether the bid is acceptable and meets the minimum requirements of the solicitation is solely within the discretion of the County. 8. Installation of all equipment shall be turnkey which means all mounting brackets and associated hardware will be included and installed. 9. It is anticipated that installation will occur during normal business hours which are Monday through Friday from 7 AM until 5:00 PM. Access to the location must be coordinated with the owning organization. 10. All work shall be done in a workman like fashion of the highest standards in the telecommunications industry. 11. CONTRACTOR MUST HAVE ALL INSTALLATIONS COMPLETE BY APRIL 15, 2018. PRICING: TOTAL $ START I' ATE FINISH DATE BID REQUEST #81800048 Page 9 ATTACHMENT Carbon Valley Recreation Center 701 5th Street, Frederick, CO 80530 BID REQUEST #B1800048 Page 10 Milliken Town Halt 1101 Broad Street, Milliken, CO 80543 BID REQUEST #B1800048 Page 11 Evans Community Complex 1100 37t" Street, Evans, CO 80620 MIL BID REQUEST #B1800048 Page 12 Edo Recreation Center 450 Powers Street, Erie, Windsor Recreation Center 250 11th Street, Windsor, CO 80550 BID REQUEST #B1800048 Page 14 Hudson Library 100 Beech Street, Huss n, CO80642 ...,',₹r _N_J .. ',.,.w� 4tiy:sa.,�n�.r..'siqt•JJMYF'�s-�gyayuuW+r'Y.a:s.'="...z�.-.��J2'iri.iS:.�1f7 �:,��"- . att a3 t, a rifig LU! It • . F. • r r 1. . L rt BID REQUEST #B1800048 Page 15 Weld County School District RE -10J 420 Main Street, Briggsdale, CO 80611 BID REQUEST #B1800048 Page 16 New Raynor Church 225 County Road 86, New Rayner, CO 80712 ;.J�iKh�i . r�lr..�.vi+oi 7:.c's_.....er•e�,,.Jiic�w,<,..�svvs���+v.,,.�. .,.. �...a..csss:�v.�r•...r•$.2 .. r'� �.JJ.•��'..- ".] : • r yyyn _ ra4s-.v+z-rIR?i rv:to.i `n': naD In: lm._. r...,.r:...1.-L,Cry^ r1ax:- ":I.,.c>.-....r...:?;. R.-ari.....- .....a;.a W;31:.:;ri:+.Y +"iJ"..41%-.firl.Sr.AatSLi-- • ..r..t.%..s=.•.-..ti.himO4v..u_r. sts-:u, n: . • ^a- . .u.c...N‘ pp- 'JI a I • : 2 ��. .S C.' •. y.l„ :r • .:C . ▪ • .1 'l�i.i. w_ r:;... .:.f F'a11;:, tttlTr :.uY4`.c :M ;:: "• Set,n-sAt^ty-"i fi •":y(J%-:{Yi--$S-1— A:c41"- >...rsa:'e:''cinu�ti�r�s �? r__ .. ..r •�A ..JNi •1N t• 1q�.-?•r/ `—e '.Et..?,: :Pi..9+'?`.. 1 "i a'Hi. • •- - 1.. ... • . _.i5•.. .Qi �'7i5..� J - 7 e� ` f I i .i .hi.I,z }•;Pc;'r�.4 • .:• S. 0. • Ja7-' :...-1;•-•c:`V r,. �tJ"f+Ys'l1,Fi:" .R w.trs• ^r r g-:•htin.:a-a:..i.'trl•��.1:i^�—C '-¢" /y` --zip' iXc .1T 'it ..J i :t rye vj11C �.1. y..y •I f I .+..: h -$. J r.y tie - .Y $n Vaeata.56. BID REQUEST #B1 800048 Page 17 Grover Town Hall 315 Chatoga Street, Grover, CO 80729 Nunn Town Hall 185 Lincoln Avenue. Nunn, CO 80648 BID REQUEST #B1800048 Page 18 The undersigned, by his or her signature, hereby acknow edges and represents ,resents that: a 1. The bid proposed heroin meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1800048. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 8. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **ALL BIDDERS SHALL PROVIDE A W=9 WITH THE SUBMISSION OF THEIR BID* WELD COUNTY IS EXEMPT FROM COLOR NUMBER IS 498=035514)000. 0 SALES TAXES. THE CERTIFICATE OF EXEMPTION YOU DO NOT NEED TO SEND BACK PAGES 1 — BID REQUEST #B1800048 Page 19 ADDENDUM #1 BID REQUEST NO #B1800048 WELD COUNTY VOTER BOX SURVEILLANCE SYSTEM PLEASE NOTE THE FOLLOWING BOX LOCATION CHANGE FOR THE BRIGGSDALE SITE, SIGN AND EMAIL BACK TO bids@weldgov.com Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL JANUARY 25, 2018 f i The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #81800048. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Colorado Electronic Services, LLC BUSINESS ADDRESS 3046 W 8th street, Greeley, CO 80631 CITY, STATE, ZIP CODE TELEPHONE NO _970-405-3102 FAX N/A TAX ID # 45-2917192 PRINTED NAME AND TITLE VP Marketing SIGNATURE 9 E-MAIL Greg@coloradoelectronicsecurity.com DATE 2/06/2018 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CE"TIF0C,TE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 8. Weld County Voters Box Surveillance BID 2/6/2018 Page 16 of 16 Site Name Location Address Cost Carbon Valley Recreation Center 701 5th St, Frederick 80530 $2,239.66 Milliken Town Hall 1101 Broad St, Milliken 80543 $1,805.16 Evans Community Complex 1100 37th St, Evans 80620 Erie Recreation Center 450 Powers St, Erie 80516 $2,210.91 Windsor Recreation Center 250 11th St Windsor, 80550 $1,861.41 Ft Lupton Recreation Center 203 S Harrison Ave, Ft Lupton 80621 $1,601.41 Greeley Funplex 1501 65th Avenue, Greeley 80634 $1,861.41 N/A Hudson Library 100 Beech St, Hudson 80642 $1,861.41 Weld County School District RE -10J 420 Main St, Briggsdale 80611 $1,861.41 New Raymer Church 225 County Road 86, New Raymer 80742 $1,601.41 Grover Town Hall 315 Chatoga St, Grover 80729 $1,601.41 Nunn Town Hall 185 Lincoln Ave, Nunn 80648 $1,341.41 TOTAL $$19,802.01 Weld County Voters Box Surveillance BID 2/6/2018 Page 15 of 15 Security Proposal Weld County Voters Box Surveillance Weld County 1150 H St Greeley, Co 80631 Colorado Electronic Services PO Box 53, Lucerne CO 80646 Greg@coloradoelectronicsecurity.com Cell: 970-405-3102 Weld County Voters Box Surveillance BID#1715 2/6/2018 CCTV, Access Control, Investigations, Loss Prevention, Alarms Big enough to SERVE you, small enough to CARE Page 1 of 15 O I ra o Electr • is Services System Design For PO Box 53 Lucerne, CO 80646 (970) 405-3102 WELD COUNTY VOTERS BOX SURVEILLANCE RB0RETC) `E Security Cameras 1 Power Suooly PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 5 3/16" L x 2" D x 3 1/2" V/ White housing Solid construction 1 Conduit to meet Conduit Parts CCTV Systems 1 bid specs/ jo a specs FUR DVR FLIR FLIR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable. Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with IF? night vision. Plus, download the FLIR CloudTM app and take advantage of remote access anywhere you go via iOS, Android, PC or Mac devices. 1 FLIP C133E9 2.MP camera FLIR FLIP C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. 1 Lift Rental celiverec to joo site to reach higher up areas. United LIFT Rental These scissor lifts are the right choice when you need ample working space and lifting capacity without sacrificing maneuverability. Suitable for applications on smooth slab surfaces. Electric power means clean, quiet, fume -free operation indoors or out. Battery chargers are built-in. All deck platforms are manufactured with slip -resistant plating. Up to 98" deck length with optional roll -out extensions gives you a spacious work area and allows you to reach out over obstacles below. Pothole guards reduce tip -over hazards. Fully proportional joystick drive and steering control make operation easy. 16 Technician Hours Technician Professional Technician to complete the job. 0.5 RG59 SIAMESE TRI COAXRG59WH RG59 20BC 95% 18/2 WHITE 500 FEET/ PULL BOX Weld County Voters Box Surveillance BiD#1715 Weld County 1150 H St Greeley, Co 80631 99.00 45.00 578.00 98.16 304.50 1,040.00 75.00 2/6/2018 Page 2 of 15 .• • Area Total .....SWe:.e.F'dC .Yi4r�f ..i.f<L.+i.;;'�... '4.w.. .,...n .+� p::N}1,T�:Ji.>::.iY•.{u<w.:r... ...-k-';R»v5-.:'s:f3t:>:;.: Security Cameras 1 Power Suooly PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 5 3/16" L x 2" D x 3 1/2" W White housing Solid construction Laoor 0.00 Ec ui oment X2,239.66 m»i.V .tl%4a .tcr.-Gww. xflSArw%cr .......ia...�,A..tn...��faZr<W'w'4..rk4.'Nor-:Sf?..:i�i'h.Jt%iS.s 1 Conduit to meet bid specs/ joo specs Conduit Parts CCTV Systems 1 FLIR DVR FLIR FLIR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable, Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with 1R night vision. Plus, download the FLIR CloudTM app and take advantage of remote access anywhere you go via iOS, Android, PC or Mac devices. l FLIR C 133ED 2.MP camera FLIR FLIR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. 0.5 RG59 SIAMESE TRI COAXRG59WH RG59 20BC 95% 18/2 WHITE 500 FEET/PULL BOX 14 Technician Hours Technician Professional Technician to complete the job. Area Total Security Cameras Weld County Voters Box Surveillance BID#1715 2/6/2018 Laoor 0.00 Ec ui oment 99.00 45.00 578.00 98.16 75.00 910.00 1,805.16 Page 3 of 15 1 FLIR DVR FLIR FUR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable. Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with IR night vision. Plus, download the FLIR CloudTM app and take advantage of remote access anywhere you go via iOS, Android, PC or Mac devices. 1 FLIR C133ED 2.MP camera FLIR FUR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. 1 Power Supply PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 5 3/16" L x 2" D x 3 1/2" W White housing Solid construction 16 Technician Hours Technician Professional Technician to complete the job. 1 BNC RG-59 HSP BNC RG-59 Professional Quality A/V BNC Connector Area Total $578.00 $98.16 $99.00 $1,040.00 $1.25 Labor $0.00 Equipment $1,816.41 Security Cameras 1 FLIR DVR FUR FLIR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable. Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with IR night vision, Plus, download the FLIR CloudTM app and take advantage of remote access anywhere you go via iOS, Android, PC or Mac devices. 1 FLIR C133ED 2.MP camera FUR FUR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. $578.00 $98.16 Weld County Voters Box Surveillance BID#1715 2/6/2018 Page 4 of 15 1 Power Supply PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 5 3/16" L x 2" D x 3 1/2" W White housing Solid construction 16 Technician Hours Technician Professional Technician to complete the job. 1 BNC RG-59 HSP BNC RG-59 Professional Quality NV BNC Connector 1 1 1 Lift Rental delivered to job site to reach higher up areas. United LIFT Rental These scissor lifts are the right choice when you need ample working space and lifting capacity without sacrificing maneuverability. Suitable for applications on smooth slab surfaces. Electric power means clean, quiet, fume -free operation indoors or out, Battery chargers are built-in. All deck platforms are manufactured with slip -resistant plating. Up to 98" deck length with optional roll -out extensions gives you a spacious work area and allows you to reach out over obstacles below. Pothole guards reduce tip -over hazards. Fully proportional joystick drive and steering control make operation easy. Conduit to meet bid specs/ job specs Conduit Parts Conduit to meet bid specs/ job specs Conduit Parts Area Total Security Cameras 1 FLIR DVR FLIR FLIR 3104 $99.00 $1,040.00 $1.25 $304.50 $45.00 $45.00 Labor $0.00 Equipment $2,210.91 $578.00 gy, giving you the flexibility to Ideal for retrofit, upgrading to HD solution with IR night vision. Plus, $98.16 Android, The FUR MPX M3100E Series Bundles use the latest HD-CVI technolo upgrade security systems to HD resolution using an existing coax cable. is now easier than ever. The included dome cameras boast 720p HD re download the FLIR CloudTM app and take advantage of remote access anywhere you go via i0S, PC or Mac devices. 1 FLIR C133ED 2.MP camera FLIR FLIR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. Weld County Voters Box Surveillance BID#1715 2/6/2018 Page 5 of 15 1 Power Supply PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length. 34" Case has removable opennings for cable access on all four sides Measures 53/16" Lx 2"Dx31/2"W White housing Solid construction 16 Technician Hours Technician Professional Technician to complete the job. 1 BNC RG-59 HSP BNC RG-59 Professional Quality A/V BNC Connector 1 Conduit to meet bid specs/ job specs Conduit Parts Area Total $99.00 $1,040.00 $1.25 $45.00 Labor $0.00 Equipment $1,861.41 Security Cameras 1 FLIR DVR FUR FLIR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable. Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with IR night vision. Plus, download the FLIR CloudlM app and take advantage of remote access anywhere you go via i0S, Android, PC or Mac devices. 1 FLIR C133ED 2.MP camera FLIR FLIR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. 1 Power Supply PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 53/16" Lx 2"Dx31/2"W White housing Solid construction $578.00 $98.16 $99.00 Weld County Voters Box Surveillance BID#1715 2/6/2018 Page 6 of 15 16 Technician Hours Technician Professional Technician to complete the job. 1 BNC RG-59 HSP BNC RG-59 Professional Quality AN BNC Connector 1 Conduit to meet bid specs/ job specs Conduit Parts Security Cameras 1 Area Total $1,040.00 $1.25 $45.00 Labor $0.00 Equipment $1,861.41 FUR DVR FLIR FUR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVl technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable. Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with I R night vision. Plus, download the FLIR Cloud"" app and take advantage of remote access anywhere you go via /QS, Android, PC or Mac devices. 1 FUR C133ED 2.MP camera FLIR FLIR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. 1 Power Supply PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 5 3/16" L x 2" D x 3 1/2" W White housing Solid construction 16 Technician Hours Technician Professional Technician to complete the job. 1 BNC RG-59 HSP BNC RG-59 Professional Quality AN BNC Connector 1 Conduit to meet bid specs/job specs Conduit Parts $578.00 $98.16 $99.00 $1,040.00 $1.25 $45.00 Weld County Voters Box Surveillance BID#1715 2/6/2018 Page 7 of 15 Area Total Labor $0.00 Equipment $1,861.41 Security Cameras 1 FLIR DVR FUR FLIR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable. Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with IR night vision. Plus, download the FLIR CloudTM app and take advantage of remote access anywhere you go via iOS, Android, PC or Mac devices. 1 FLIR C133ED 2.MP camera FLIR FUR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. 1 Power Supply PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 5 3/16" L x 2" D x 3 1/2" W White housing Solid construction 12 Technician Hours Technician Professional Technician to complete the job. 1 BNC RG-59 HSP BNC RG-59 Professional Quality A/V 8NC Connector 1 Conduit to meet bid specs/ job specs Conduit Parts Area Total Security Cameras Weld County Voters Box Surveillance BID#1715 2/6/2018 $578.00 $98.16 $99.00 $780.00 $1.25 $45.00 Labor $0.00 Equipment $1,601.41 Page 8 of 15 1 FUR DVR FLIR FLIR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable, Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with IR night vision. Plus, download the FLIR Cloud."' app and take advantage of remote access anywhere you go via iOS, Android, PC or Mac devices. 1 FUR C133ED 2.MP camera FLIR FUR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. 1 Power Supply PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 5 3/16" L x 2" D x 3 1/2" W White housing Solid construction 12 Technician Hours Technician Professional Technician to complete the job, 1 BNC RG-59 HSP BNC RG-59 Professional Quality AN BNC Connector 1 Conduit to meet bid specs/ job specs Conduit Parts Area Total $578.00 $98.16 $99.00 $780.00 $1.25 $45.00 Labor $0.00 Equipment $1,601.41 Security Cameras 1 FLIR DVR FLIR FLIR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable. Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with IR night vision. Plus, download the FLIR CloudTM app and take advantage of remote access anywhere you go via iOS, Android, PC or Mac devices. $578.00 Weld County Voters Box Surveillance BID#1715 2/6/2018 Page 9 of 15 1 FLIR C133ED 2.MP camera FLIR FLIR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. 1 Power Supply PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 53/16" Lx 2"Dx3 1/2"W White housing Solid construction 8 Technician Hours Technician Professional Technician to complete the job. 1 BNC RG-59 HSP BNC RG-59 Professional Quality AN BNC Connector 1 Conduit to meet bid specs/ job specs Conduit , Parts Security Cameras 1 Area Total $98.16 $99.00 $520.00 $1.25 $45.00 Labor $0.00 Equipment $1,341.41 FLIR DVR FLIR FLIR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable. Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with IR night vision. Plus, download the FLIR CloudTM app and take advantage of remote access anywhere you go via iOS, Android, PC or Mac devices. FLIR C133ED 2.MP camera FLIR FLIR C133ED The FLIR C133ED 2.1MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to HD resolution without the hassle of running new cables. $578.00 $98.16 Weld County Voters Box Surveillance BID#1715 2/6/2018 Page 10 of 15 1 Power Supply PI 4 Channel Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously 2 Amp continuous current for up to 4 devices Each output comes with its own LED indicator, Built-in power supply Simply plug in the cord, Cord length, 34" Case has removable opennings for cable access on all four sides Measures 53/16" Lx 2"Dx31/2"W White housing Solid construction 12 Technician Hours Technician Professional Technician to complete the job. 1 BNC RG-59 HSP BNC RG-59 Professional Quality A/V BNC Connector 1 Conduit to meet bid specs/ job specs Conduit Parts Area Total $99.00 $780.00 $1,25 $45.00 Labor $0.00 Equipment $1,601.41 Security Cameras System Total CCTV Systems Equipment Total Tax TOTAL Weld County Voters Box Surveillance BID#1715 2/6/2018 $16,045.19 $3, 756.82 $19,802.01 $0.00 $19,802.01 Page 11 of 15 Product Details RG59 SIAMESE RG59 20BC 95% 18/2 WHITE 500 FEET/ PULL BOX Dimensions: COAXRG59WH Lift Rental delivered to job site to reach higher up areas. LIFT Rental . . These scissor lifts are the rightchoice when you need ample working space and lifting 'capacity without sacrificing maneuverability. Suitable for applications on smooth slab surfaces. Electric. power means clean, quiet, fume -free operation indoors or out. Battery chargers are built-in. All deck platforms are manufactured with slip -resistant plating. Up to 98" deck length with optional roll -out extensions gives you a spacious work area and allows you to reach out over obstacles below. Pothole guards reduce tip -over hazards. Fully proportional joystick drive and steering` control make operation easy: Dimensions: FLIR DVR FLIR 3104 The FLIR MPX M3100E Series Bundles use the latest HD-CVI technology, giving you the flexibility to upgrade security systems to HD resolution using an existing coax cable. Ideal for retrofit, upgrading to HD is now easier than ever. The included dome cameras boast 720p HD resolution with IR night vision. Plus, download the FLIR CloudTM app and take advantage of remote access anywhere you go via iOS, Android, PC or Mac devices. Dimensions: FLIR C133ED 2.MP camera FLIR C133ED The FLIR C133ED 2.1 MP HD Fixed Dome MPX camera uses the latest HDCVI technology to deliver.; excellent 1080p picture quality over coax cabling in any lighting condition. Ideal for retrofit, applications, the camera is compatible with FLIR MPX DVRs offering an upgrade to Hb resolution .. without the hassle of running new cables. Dimensions: Power Supply 12 Volt DC 120V/240V switching power supply Connect and power 4 devices simultaneously. 2 Amp continuous current" for up to 4' devices Each output comes with its own LED indicator. Built-in power supply. Simply plug in the cord. Cord length: 34" Case has removable opennings for cable access on all four sides Measures 53/16" Lx2"D X31/2°W . . White housing Solid construction Dimensions: '• Technician Hours ' Professional Technician to complete the job. '. Dimensions: . Weld County Voters Box Surveillance BID 2/6/2018 Page 12 of 15 Conduit to meet .bid specs/: job specs Parts Dimensions: Weld County Voters Box Surveillance BID 2/6/2018 Page 13 of 15 Your satisfaction is important to us, and we plan to exceed your expectations! The following is a list of assumptions upon which this proposal is based. Each is presented as an instrument for mutual agreement and consideration for the requirements of the system. 2. All cable is quoted to be run without conduit. If conduit is required a change order will be generated. Further, it is assumed that all wire can be run via the drop down ceiling or open ceiling and extra labor is not included if the wires cannot be run there. Any unforeseen complications could result in additional costs. 3. CES will be granted free access to the site including free parking and a secured area to stage equipment and materials. This access will be maintained throughout the project during normal business hours. 4. Quote based on normal working hours. Monday- Friday, 8am-5pm. 5. Quote based on a one (1) year parts and (90) days labor warranty on provided material and labor, Monday - Friday, 8:am-5:pm. 6. CES requires a 50% down mobilization payment to order equipment and begin installation. The final payment is due upon successful completion of the project with all devices functioning per manufacturer specs. 7. Quote does not include tax. Quote does not include static IP address. Remote Access/IT work is done at $65.00 per hour. 8. Your acceptance of this proposal means that you agree to the terms of the proposal as written above and that you agree and understand that : (1)Colorado Electronic Services and its affiliates does not provide any guarantees or express warranties whatsoever with regards to the equipment or the monitoring service or their capabilities; (2) Colorado Electronic Services and its affiliates does not guarantee that the equipment or monitoring service will prevent personal injury or property loss by burglary, robbery or other criminal acts, or that the equipment or monitoring services in all cases will provide adequate warnings, protection or deterrence; (3) Colorado Electronic Services and its affiliates disclaims any and all implied warrantees of any kind including but not limited to the warranties of the merchantability and fitness for a particular purpose; (4) Colorado Electronic Services and its affiliates will not be responsible for the damages resulting from criminal acts committed by others; (5) in no event will Colorado Electronic Services and its affiliates liability to you exceed the amounts you have paid to Colorado Electronic Services under this proposal or subsequent work. 9. Equipment Warranty period is one (1) year unless otherwise specified. Some manufacturers offer a longer warranty period. Labor is 90 days. 10. Greeley FunPlex not bid, but price is inputed in last sheet in case agreements are made and you need it. Terms: 50% upon acceptance with the remaining 50% due upon completion, or agreed upon terms. acL Accepted by Date Colorado Electronic Services I accept this proposal and authorize the work to be done and accept responsibility for payments due. Weld County Voters Box Surveillance BID 2/6/2018 Page 14 of 15 Form (Rev. December 2014) Department of the Treasury Internal Revenue Service est for Tax y r ident f cathhf°I ber and Certifc oc Give Form to the requester. Do not end tc the !RS_ Name (as shown on your income tax return). Name Is require George W Howe n this fine; do not leave ₹his line blank Business name/disregarded entity name, if different from above Colorado Electronic Services LLC 3 Check appropriate box for federal tax classification; check only one of the following seven boxes: ® Individual/sole proprietor or ❑ G Corporation ❑ S Corporation ❑ Partnership ❑ Trusves-tate single -member LLC ❑ Limited liiabiity company. Enter the tax classification (C=C corporation, S 8 corporation, P. -partnership) - Note. For a single -member LLC that is disregarded, do not check LLC; check the appropriate box in the line above for the tax dassification of the single -member owner. El Other (see instructions) t> 5 Address (numher, street, and apt_ or suite no.) 3046 W. 8th Street 6 City, state, and ZIP cod Greeley Colorado, 20643 4 Exemptions (codes apply only tt) certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code [t any) _ (Appg.m==ounts manc,f.eIcaside Vie US) and address (optional) 7 List account number(s) here (optional) Taxpayer Identification Number (TM) Enter your TIN in the appropriate box The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). if you do not have a number, see How to get a TIN on page 3. Note_ if the account is in more than one name, see the instructions for line 1 and the chart on page 4 for guidelines on whose number to enter_ octal security number or Employer identification number 4 2 9 1 9 Certification Under penalties of perjury, I certify that 1, The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to rite); and 2. t am not subject to backup withholding because: (a) i am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (iRS) that I ern subject to backup withholding as a result of a failure to report ail interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U_S. citizen or other U.S- person (defined below); and 4. The FATCA code(s) entered on this form (rf any) indicating that I am exempt from FATCA reporting is correct. Certification instructions_ You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report aft interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN_ See the instructions on page 3. Sign Here Signet/1m of U.S. person I 01/ General Instruction Section references are to the Internal Revenue Code unless otherwise noted, Future developments. information about developments affecting Form W-9 (such as legislation enacted after we release it) is at syswv.irsgovlfiv9. Purpose of Form An individual or entity (Form W--9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TiN) which may be your social security number (SSN), Individual taxpayer Identification number(iTIN), adoption taxpayer identification number (ATIN), or employer Identification number (E1N), to report on an information return the amount paid to you. or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following: • Form 1099-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-lvIISC (various types of income, prizes, awards, or gross proceeds) • Form 1098-B (stock or mutual fund sales arid certain other tranoactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) Date Er ,, f o/7 • Form 1093 (home mortgage inter 1098 E (student loan interest), 1093-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you em a U_S_ person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be sub/act to backup withholding. See What is backup withholding? on page 2. By signing the filled -out finer, you: 1. Certify that the TIN you are giving is correct (or you are waiting fora number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding If you are a U.S. exempt payee_ If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business is not subject to the withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (if any) indicating that you are exemptfrom the FATCA reporting, is correct See What is FATCA reporting? on page 2 for further information, r`n+ M<. 100,41V Coen 111/-8 rRov l7_9n1,11 la dda Waiters Fro Sens To: Cc: Ski Ate Fil A@ ct: ch_ , ents: awe .Yp Ha St itan: Categ Good Morning, Greg<greg@coloradoelectronicsecurity.com> Tuesday, February 06, 2018 9:12 AM bids greg@coloradoelectronicsecurity.com; Kathy Howe Voter Box Bids WeldCountyVotersBoxSurveillancefinal 1008..pdf; colorado electronic services W9.pdf Follow up Flagged BID RECEIVED It's a little early, but here is our bid and we,f "I her sheet. Please tL 4 0 and ii tv 'eD by alive y right t sealed bid". We do request a tally that shi°•-uad lifts be avaWWF3bk at sites needing Hafts, the se costs will b remove::: from bid I look forward to hearing from you and hope that we get the chance to exceed your expectations. Thanks, Greg Hatton, MBA President Colorado Electronic Security 970-405-3102 Big Enough to Serve You, Small Enough to Care 1 COLOELE-01 JLANE A T OF LIA I DATE (MM/DD/YYYY) 02/09/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIR V1ATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER DCInsurers-Wheatridge 3705 Ki ling St # 106 Wheat Ridge, CO 80033 INSURED COLORADO ELECTRONIC SERVICES LLC 3046 W 8TH ST Greeley, CO 80634 CONTACT NAME: PHONEFAX NNo, Ext): (303) 420-4774 (A/C, No): (303) 420-2882 A©DRIESS: service@mountaininsurance.com INSURER(S) AFFORDING COVERAGE INSURER A : Acuity INSURER B : , INSURER C : INSURER D : INSURER E : INSURER F : NAIC # 14184 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL LTR TYPE OF INSURANCE INSD SUBR' POLICY EFF WVD i POLICY NUMBER (MIVI/DD/YYYY) POLICY EXP (MM/D/YYYY) LIMITS A COMMERCIAL GENERAL CLAIMS -MADE LIABILITY . OCCUR _ [ .,06/14/2017PREMIS 27467 0611 x/201 EACH OCCURRENCE DAMAGEES (TOEa RENTED occurrence) person) INJURY . 1,000,000 2 GEN'L MED EXP (Any one PERSONAL & ADV $ 10,000 $ 1,000,000 AGGREGATE POLICY OTHER: LIMIT APPLIES PRO - JECT PER: LOC GENERAL AGGREGATE $ 3,000,000 PRODUCTS - COMP/OP AGG $ 3,000,000 $ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY i..__ SCHEDULED AUTOS NON -OWNED AUTOS ONLY i COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY BODILY INJURYjPer Per person __ $ accident) $ . PROPERTY DAMAGE (Per accident,)- $ ,$ UMBRELLA LIAB EXCESS LIAB OCCUR -MADE EACH OCCURRENCE ' $ , CLAIMS L - t AGGREGATE , $ DED I RETENTION $ i . $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A I • f i PER STATUTE . I OTH- ER E.L. EACH ACCIDENT LIMIT $ E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY $ $ I ' DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) WELD COUNTY IS NAMED AS AN ADDITIONAL INSURED. CERTIFICATE HOLDER CNCELLATION WELD COUNTY 1150 O STREET Greeley, C 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD RESOLUTION RE: APPROVE EMERGENCY BID #B1800048, VOTER BOX SURVEILLANCE AND WAIVER OF TEN-DAY WAITING PERIOD FOR CONSIDERATION AND INVESTIGATION - DEPARTMENT OF BUILDINGS AND GROUNDS WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Department of Purchasing has requested waiver of the ten-day waiting period for Emergency Bid Request #B1800048, Voter Box Surveillance, for the Department of Buildings and Grounds, to accomplish installations prior to the Primary Election on May 1, 2018, and WHEREAS, the Board of County Commissioners deems it advisable to waive the ten-day waiting period for said emergency bid. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the ten-day waiting period for Emergency Bid Request #B1800048, Voter Box Surveillance, for the Department of Buildings and Grounds, be, and hereby is, waived. BE IT FURTHER RESOLVED by the Board that the low bid from Colorado Electronic Services, LLC, in the amount of $19,802.01, be, and hereby is, accepted on an emergency basis. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 12th day of February, A.D., 2018. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: dim, ..144,;( Weld County Clerk to the Board BY: Deputy Clerk to the B APPRO D AS TO F unty Attorney Date of signature: O9 -7 -/4' Steve Moreno, Chair Mike Freeman bara Kirkmeyer, = ro-Tem Sean P. Conway EXCUSED Julie A. Cozad et.: F (REIF-0,3G c-n-rs'� 02-24,.t 8 2018-0440 PO0022 BG0020 Wricatr,4 co u_N T February 9, 2018 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Voter Box Surveillance; Bid (B1800048) As advertised this bid is for installation of Voter Box Surveillance DVR camera system. The low bid from Colorado Electronic Services LLC meets specifications. Therefore, Buildings & Grounds are recommending awarding the bid to Colorado Electronic Services LLC for $19,802.01. We are requesting emergency approval of this bid in order to accomplish installations prior to the Primary Election on May 1, 2018. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 02(2) g . OLMD DATE OF BID: FEBRUARY 6, 2018 REQUEST FOR: VOTER BOX SURVEILLANCE DEPARTMENT: BUILDINGS & GROUNDS DEPT BID NO: #B1800048 PRESENT DATE: FEBRUARY 12, 2018 APPROVAL DATE: FEBRUARY 26, 2018 VENDOR COLORADO ELECTRONIC SERVICES LLC 3046 W 8 ST GREELEY CO 80631 PROSEC INTEGRATION LLC 181 E 56 AVE #601 DENVER CO 80216 COLORADO STATE ELECTRICAL AND SECURITY (CSES) 1020 FORD ST COLO SPRINGS CO 80915 DICTOGUARD SECURITY ALARM SYSTEMS INC 914 14TH ST GREELEY CO 80631 BLDGS & GROUNDS WILL REVIEW THE BIDS. WELD COUNTY PURCHASING 1150 O Street Room #107, Greeley CO 80631 E-mail: rturf(a�weldgov.com E-mail: reverett(cr�weldgov.com E-mail: mwalters(c�weldgov.com Phone: (970) 400-4216,4222 or 4223 Fax: (970) 304-6434 START TOTAL DATE $19,802.01 right after equipment arrives $25,195.00 1 week after award $35,583.72 2/26/18 NO BID END DATE before deadline 4/6/18 3/13/18 2018-0440 A G0oa-O
Hello