HomeMy WebLinkAbout20170877.tiff&xte_eit /P.1/1-5
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW
RE: Professional Services Agreement with Intelligent Video Solutions for B1700068 for Sheriff's Office
Interview Rooms
DEPARTMENT: Weld County Sheriff's Office DATE: 5/2/2017
PERSON REQUESTING: Kevin Halloran. Iavestintions Sergeant
Brief description of the problem/issue:
The Board of County Commissioners approved bid B 1700068 for project `SO -508 Old Dispatch Area Remodel
and Technology Upgrade' on April 12, 2017. The associated contract and statement of work have been reviewed
by Frank Haug and are ready for signature.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
The intention of this pass -around is to authorize the chair to sign the associated professional services agreement
and statement of work for project `SO -508 Old Dispatch Area Remodel and Technology Upgrade'.
Recommendation:
Weld County Sheriff's Office and IT recommend approval of the professional services agreement and statement
of work, allowing Intelligent Video Solutions to begin work on the project.
A rove
Recommendation
Sean P. Conway
Julie A. Cozad, Chair
Mike Freeman
Barbara Kirkmeyer
Steve Moreno, Pro-1'em
Schedule
Work Session
Other/Comments:
NLGdgej r4
0.2.0/7- O'I 7
�/o --/7 5O boor
AGREE NW NT FOR PROFESSIONAL SERVICES
BETWEEN WFrLD C Oi \ & IN ELLIGENT VIDEO SOl .i •TIONS PVS
THIS AGREEMENT is made and entered into this LO day of
Cotmty of 2017, by and between the
Weld, a body cotpore and politic of dw State of Colorado, by Stet* its Board of County
Conanisa. doom, whose address it 1150 "O"Street, Greeley, Colorado 80631 Inathaftcr reterred to a
"C ityr asd Intelligent Video Soles, a corporation, whose address is 1265 E Wi c(rns-in Way, Suite A.
Pewatakix, WI 53072, here fiber sofeend to as "Contract Professional".
County desires to retain Contract Professional as an independent
performser oes as more particularlti set forth below; anal Contract Profesiunal to
WHEREAS, Caatzact Professional has the ability, ' perform
the services, and it � �'_ qualifications, sad time avewlablc to timely
willing perform the sen ices according to the terms of this Agreement
WHEREAS. Contract Professional is authorized to t business in the State ofColorado and has the
time, skill, expertise., and experience nceessary to provide the vices as set forth below;
NOW, THEREirOR F, in consideration of the mutual promises and commas contained Win, the
patties hereto agree as follows:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in atinlit,'A'
as the Statement or wadi, of which fonts an integral part of gib Abatement. Exhibit A' is specifically
incorporated herein by this reference. County and Contract Professional acknowledge and agree that tia AliPtements including specifically Exhibit `A', define the performance obligations of Contract
Contract Professional's willingness and ability to meet those 1'rotr�io
requirements.
Exhibit `A' consists of County's Request fix Bid as set firth in "Proposal Package No. B1700068". The
Bid contaim.aIl of the specific requirements of County.
2. Service of Work. Contract Professional agrees to procure the materials, equipment and/or products
necessary for the project and agrees to diligentlyprovide all savices, labor_ personnel and materials necessary
to perform and complete the described in Exhibit 'A' which is attached hereto and incorporated herein
by reference. Contract Prolicsainsal shall faithfully perform the work in accordance with the standards of
professional care, skill, training, diligence and 'ud provided highly competent Contract Professionals
perforK J went by
ping services of a similar nature to those described in this Agreement. Contract Professional shall
further
be tensible lit the timely completion, and acknowledges that a failure to comply ly with the
requirements of Ezhibit `A' withia the tine 1prescribed County P . standards to
withhold by may result in County's decision to
payment or to laminate this
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement
and shall continue through and until Contract Professional's com . letion of the res ibiitiesby County.
Exhibit 'A'. t3uth of the1' responsibilities described in
' parties to this Agreement understand and agree that the hews of the State of Colorado
prohibit County from watering into Agreements which bind County for,
within the .. periods longer than one year. 1 hert,fore,
thirty (30) days preceding the annh er ary date of this Agreement, County shall notify Contract
Professional wit wires to rencw th i k Contract.
0.20/7 -Dr -77
4. Termination. County has the right to terminate this A
written notice. l•'tiotthermc�rz, lhis �. greement, with or without cause on thu't7 (30) days may be terminated at any time without notice upon a ntainrial
breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract
Professional the rat to provide services under this
Agernent beyond the when such scrvi becomeunsatisfactory bathe County:
If this Arement is terminate by County, Contract Profe ionel shall he compensated for, and sack
compensation shall be limited to, (lithe sum of the amounts contained in invoices which it has submitted and
which have been approved by the County (2) the' Seasonable %aloe to
Professional County of the services which Contract
provided prior to titre antic of the itabon notice, but which had not et been
Pamgent; and (3) ibis aces of any work whi+ �'iD tty approves in` approved nee for
accomplish all or . � which >k determines is needed to
termination of the works County shall be entitled to the use of all material generated
pursuant to this Agreement upon termination_
Upon won, County shall take possession of all materials. took by County which Contract jProfeonal is equipment,ar:d��iittilitiext ownedWig, 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 another hems, materials and documents which have been paid
for Ivy 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_fNCOMI'i.E ban
Upon termination of this Agreement by County. Contact Professional shill bin no claim of any kind
whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except
tier compensation for work satisfacto riiy performed and/or materials described herein 1o'*y
delivered.
5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing i'
ne
by both panics. No additional services or work performcd by Contract Professional shall he the basis ford
additional compensation unless and until C ontmct Professional has obtained written authorization
acknowledgement by County for such additional services.
unjustly enriched� �', no claim that the County �; been
y by any additional services, whether or not there it in fact any such unjust enrichment, *ill be
the hash; of any increase in the compensation payable hereunder. In the event that written authorization acknowledgment «rtion and
�gm by the County fur such additional sen ices is not timely executed and issued in strict
accordance with this Agrecmeat, Contract Professional's rights with respect to such additional services shall he
deemed waived and such failure shall result in non-payment for such additional services or work performed. In
the event the County shall esquire changes in the scope. 1e• e:hruacter, 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 AD -cement shall he modified accordingly by a supplemental Agreement. Any claims by the Professional for adjustment hereunder must be made in writing prior to performance of and work covered in the
shall be
anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement
deemed covered in the compensation and time provisions of this Agreement `nt
6. Cumpen ationJContrxrt Amount. Upon Contract Professional's successful completion of the
set. ices. and County's acceptance of the same. County agiecs to pay an amount no greater than $74,500.00,
ti+hich is the bid set forth in Exhibit 'A'. Contract Professional acknowledges no payment in amount will be made by County unto a "c � ... excess of that
mange order authorizing such additional
specifically � pa}znent has been
approved by the Director of Weld County Public Works, or by formal resolution of the Weld
County Board of Comity Commissioners. as required pursuant to the Weld County Code. Any other pnwision
of this Agreement notwithstanding, in no event shall County be liable fin 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 amount act. forth in Exhibit 'A'. Contactor etcAgreement
specifically authorized by County is dgcs that �}� work it performs beyond that
} performed ai Contract Pr end'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 er
than the compensation stated hcrcin.
If, at any time during the term or after teror expiration of this
determines that any Wit, County rely
payment mscieCounty to Canna ,
which by Professional was rmpn��r because the serv�p for
payment was made (rid not perform as act forth i t•this Agreement, then upon written notice of lash determination and request !or reimbursement from C,ou � Contract Professional shall forthwith
ch
payment(s) to County. Upon Lamination or expiration of this Agreement. eement. unexpended return advanced by
.p � � pe�dcd funds by
Can', 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 reporting
to P'4 modo P� , uan this t to the terms of s Agreement
and payment of `a'!' taxes related
� �
:Notwithstanding anything to the contrary contained in this Agreement, Co
under this Agreement after, nor shall any �4' � no obligations
pay' be made to Contract Professional in respect ci 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 Ankle 25, title 30 of theg
Statute, the � C�lorad4 Revised
Local (iovc mment Budget Law (C.RS. 29-1-101 et. h) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20)
7. Independent Contract Professional. Contact Professional agrees that it is an independent Contract
Professional and that Contract Pro►tessional'a. etliicers, 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 shall be solelyresponsible for its acts and those of its agents and employees fir all acts f l
rmd
pursuant to this Agreement. Contract Professional, its n p
yees and agents arc not entitled to une•mploy merit
insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide
such coverage for Contract Processional or any of its agents or employees.
will be available to Contract Professional and its employees and agents only if such inert insurance benefits
by Contract Professional or a third party. Contract Professional shallcoveragemade employment
taxes and income taxes and local head taxes(if lc- ins Pay when due all applicable emplaymcnt
) unW pursuant to this.; Agreement. Contact
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 vrurlccas'g
provide and keep in compensation and unemployment compensation instance matters- (al
force workers* 'on and unemployment compensation insurance in the amounts
ttequircd by law (and as set forth in Exhibit A' provide proof thereof when requested to do so by
8. Subcontractors. Contract Professional acknowledges that County has entered this A�
reliance upon theparticular into Agreement in
won and expertise of Contract Professional. Contract Professional shall not
enter into any subcontractor *cements for the completion of this pr jectwithout County -'s prior written
consent, which may be with iekl in County s sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subjectproject during g
the perfcrr�ec of this Agent and
no peel to whom City 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 perfortnedbr the subcontractor, to be bound to Contract Pre►#es ional by the terms of this A to assume towatj Contract Professional all the obligations and Agreement, and
this Agreement, assumes toward County. Cooky shall have the right ri(hut not the which
obligation) Professional,
the by
provisions of this Agrccment against any Professional
F c n) to enforce the
subcontractor hired by Contract l rofessional and Contract
Professional shall cooperate in such proeest_ The Contract Professional shall be
omissions of its agents. employees and subcontractors, responsible for the acts and
9. Ownership. All work and information obtained by Contract Professional under this A men
in,lis equal work order shall become or remain (as applicable), thet or
1'nc, potty of County. In addition. all reports,
documents. data, plans, drawling, mords and computer files generated by Contract Professional in imintibit to
this Agreement and all reports,, IS results and all other tangible materials obtained arid.'or produced in
connection with theperformance of this Agreement, whether or not such materials are in completed form, 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 tivithout prior written approval of County.
10. Confidcntia 'financial 1rty Confidential information of the Contract Professional should be knitted
separately from the main bid submittal, clearly denoting in red on the financial information at the top the word.
•YtONF3DEN`I`IAL," 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 cat➢notguar u tee the
confidentiality of all documents. Contract Professional agrees to keep confidential all of
info on. Contract Prot es nut to sell, assign, distribute, or disclose any confidential
ai
inf�onnaliorl toother - .. � cronfiderttratl
any person* entity without seeking written permission from th thestty. Contract
Professional agrees to advise its employees. agents, and consultants. of the conlidcntial art d propriettar1. nature
of this confidential information and of the restrictions imposed by this agreement
11, Warranty. Contract Professional warrants that the services performed undo this Agreement will be
perfonned in a manner consistent with the professional standards governing g such tic'rvioes and the provisions of
this Agreement. Contract Professional further represents and warants that all service* shall be performed
qualified personnel in a professional and workmanlike manncrrrfconsistent with industry standards. and that all
services will conform io applicable specifications.
in addition to the foregoing warrantiast Contract Professional is aware that all work
pursuant to this A Otfuod on this Project
Agreement is subject to a one year warranty period during which Contonal must
correct any failures or deficiencies. This Warranty shall commence on the date of C
acceptance of the Project.!r'a ie�ectiun and
12. Acceptance of Sere Not a Waiver. Upon completion of the work. Contract Professional shall submit
to County originals or all test rftults, reports, etc., generated during completion of this *ark
County of i+ orts and incidental materialits s) furnished under Agreement shall mkt y�►relievAcceptance be
C attract Proftssional of responsibility for the quality and accuracy of the project. In no -tit shall aRy action
by County 'hereunder constitute or be construed to he a waiver by County of any breach of this Armament 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 stich 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 he a waiver of any other breach.
Acceby the County of, or pay-mcnt for, the services completed under this A eement
shal
construed as a waiver of any of the; County's rights under this Agreement or under the lain generally l not be
13. Insurance and Indemnification. Contract Professionats must secure, at or before the lime of execution
of any agreement or Commencement of any work, the following insurance cowering all operations, goods or
services provided pursuant to this request Contract Pm lessional s shall keep the required insurance coverage in
or any extension at all times during the tam of the Agreement. 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.,14/1.Best Company as `�A"Vi11 or better. Each policy shall contain a valid provision or endor eMent stating
c
"Should any of the above -described policies by canceled or should any coverage be reduced before the expiration
xirati n
date thereof, the issuinft4 companyshall send written notice to the Weld County Director of General Services
crv-p es
by
certified mail, return receipt requested. Such written notice shall be sent thirty (30) days r � to such cancellation
or reduction unless due to ni )n-p,aaymenl of premi urns 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 he notified by the Contract
Professional. Contract Professional shall be responsible for the payment ofany deductible or self -insured retention.
County resmcs the right to require Contract Professional to provide a bond. at no cost to County, in.tk
amount of the deductible or aelf-insured retention to guarantee payment ofclaims.
The insurancecoverage's specified in thisAgreement arc the minimum requirements, and these requirements do
not decrease or limit the liability of Professional. The County in no P a% warrants that the minimum limits
contained herein are sufficient to protect them tiom liabilities that might arise out of the performance of the
work under this Contract by the Contract Professional, its agents. reppresentatives,employee, or subcontractors.
The enaispiapal shall ash its own risks and if it deems appropriate and'or prudent, maintain higher
limits and/or broadmreovera es. g
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 covet its obligations and liabilities undo this Agreement
Any modification to these requirements must be made in writing by Weld County.
The Contract Professional $ipulatcs that it has met the insurance requirements identified herein. I he 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.
LNDEM NiTY: The Contract Professional shall. defend, indemnify and hold harmless County, its officers,
agents, and employees, hum and against injury, loss damage, liability, suits,, actions, or wiIIS acts or omissions
of (_onttact Professional, or claims of any type or character arising oil 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 Contract Professional to conform to any statutes,
ordinances, regulation, law or court decree. The Contract Professional 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 Contract Professional in its methods or procedures: or in its pros isions of
the materials required herein, or from any claims or amounts arising or recovered under the Worker's
Compensation Act, or other law. ordin
ance, order, or decree. this paragraph shall survive expiration or
termination hTtco£ it is agreed that the Contract Professional will he responsible for
defense and'ud � primary loss investigation,
1 gment costs where this contract of indemnity applies. in consideration of the award of this
contracx, the Contract Professional agrees to waive all rights of subrogation against the County its associated
and1Or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers
for losses rising from the work performed by the Contract Professional for the County. A failure to comply
with this prevision shall result in County's right to immediately terminate this Agreement.
Tti :s or Insurance: Thc Contract Professional shall obtain, and maintain at all times during the term of
any Agreement, insurance in the following kinds and amounts:
Worker' Compensation Insurance as required
rcgtt 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 %%hen such Contract Professional or subcontractor
executes the approptiate sole proprietor ►waiver form.
Commercial General I .iabilit_y Insurance shall include bodily injury, property damage. and liability
assumed under the contract_
$1,000,000 each occurrenVC
$1,000,000 feral aggro ;
$1,000,000 Personal Advertising injury
Automobile Liability: Contract Professional shall maintain limits of $1„000,000 for bodily injury per
person. S 1.000,000 for bodily injury for each accident. and S1,000.000 for property damage applicable to
all vehicle` operatin� both on County property and elsewhere, for vehicles owned, hired, and non -
owned vehicles used in the performancx of this Contract.
Contract Professionals shall secure and deliver to the County at or before the time of execution of
this Agreement, and shill keep in foam at all times during the Lem of the Agreement as the same
may be ettended as herein provided; a commercial general liability insurance policy. including
public liability and property damage, d
P Pc �t in form and company acceptable to and approved by said
Administrator, covering all operations hereunder set forth in the related 114 or Request for Proposal.
Prool'ofInsurance: County reserves the right to require the Contract Prokssional to provide a certificate
of insurance, a polite. or other proof of insurance as
'°d' the Administrator in his sole discretion. County's s Risk
Additional Insureds: Forgeneral liability,liability. pollution legal liability, poo�'umhrrlia liabtl �,� liquor
liability, and inland marine. Contract Pro#idooal's insurer shall name County as an adthtional
insured.
ltllaiver of Sutmyation: For all coverages, Contract Professional's insurer shall 'sahe subrogation
tights ago; nst County.
Subcontractors: MI subcontractors, independent. Contract Professionals, sub -ors, suppliers or other
entitles providing goods or services required f�
requirements herein and shall by this Agreement shy( be subject to allof the
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 1115u ids 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. 1NAn-;1.YSl tl'IC'rtt. Contract Professional may not a sign 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 it rights hereunder without such prior approval by C
automatically terminate this Agreement and all iii °�'' `hall. at the option of County.
of Contract Professional hereunder. Such consent may be
grunted or denied at the sole and absolute discretion of County.
r
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, pupas and records of Contractor, involving all matters andor transactions related to this
Agreement.. The Contractor agrees to maintain these documents for three years from the date of the last payment
received.
lie. Interruptions. Neither party to this Agreement shall he liable to the other for delays in delivery or failure
to deliver or uthcnt-ice to ,.
perform any obligation under this Agreement, where such failure is due tantalise
beyond its reasonable control, including but not limited to Acts of God; fires, strikes_ war, flood,
Q
Governmental act ttm5.
17. Hotiees. County may desigrnatc, prior to commencement of work, its '
Representative") who dsll make within the scope of his or her i c�pttesent proper
.. c
with reference to the project. All � F , all necea�y and decisions
requests for contract interpretations, change orders, and other clarification or
instruction shill he directed to county Representative. The . County Representative presentative for purposes of this
Agreement is hereby identified as, Chief information Officer. QC his designee_ All notices or other
communications (including annual mainkmappt code
by we petty to the- other iaoneernin2 the terms and
conditions of this contract shall he deemed delivered under the following circumstances:
(a) personal service by a reputable courier service requiring signature for receipt: or
(b) five (5) days following deliven' to the United States Postal Service, postage pnepaid addressed to a
party st the address set forth in this contract; or
(c) electronic transmission via entail 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, wont a receipt or acknowledgment is
required by the sending party.
Either party may change its notice address(cs) by written notice to the other_
NotiftcatS Information:
7eadract Professional; Steve Jacobson
Attn.: VP
Address: 1265E Wisconsin Ave,„ Suite A
Address: rew-turkce,, Wl 53072
E-mail: sjacobson@ipina
County:
Name: Kevin Halloran
Position: Weld County Sheriff's Office, Investigations Sergeant
Address: 1551 O Sizeet
Address: Gzvdey, CO 80631
E-mail: khaliorat i wcldgov.cum
Ill. Compliance with Law. Contract Professional shall strictly comply with all applicable federal and State
laws, rules and regulations in. effect or tacafter established, including without limitation_ laws applicable to
discrimination and unfair employment practices.
19. Non -Exclusive Agreement. Ibis A;- r cement is nonexclusive and
Contract Professionals or person, to perform Nen ices of the same or similar
20. Entire Agreement/Modifications. I his Agrcernent including
incorporated herein, contains the entire agreement between the parties
contained in this Agreement. This instrument supersedes all prior
County,. an engage or use other
nature.
the Exhibits attached hereto and
with respect to the subject matter
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 panics.
21 Fund Availability. Financial obligations of the County payable alter 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 ant othenvise
appropriated in each succeeding year.
22. Employ cc Financial Interest/(7on flier of Interest -C.R.S. W448-201 et
signatories to thisseq. and Q24-5Il-SQ7
signatories
Ant aver that to their losowledge, no enickyee of WS County has any personal o[
beneficial intent whatsoever in the service or lutigoty Which ;silo-
of this Agreement. County
has no interest and shall not acquire any interest diet or indirect, that would in any manner or degree interfere
will the performance of Contract Professional's servica and Contract Professionid shall not employ an • 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 l aeticcs or maintain any relationships which actually conflicts '
in Itctswtthor
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
practice. or action nominates, recommends. sby rule,
supervises Contract Professional's operatics, or authorizes funding
to Contract Professional.
23. Severability. If any term or condition of this Agrecnent shall be held to he invalid, illegal. or
unenl rccable by * court of coinpaent jurisdiction, this Agivement shall be contented and enforced without
such provision. to the extent that this pa
parties. Agreement is then ca ble of execution within the ore` inal intent of the
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-I01 et seq., as applicable now or hereafter ameMed,
25. No Third Parts Beneficiary. It is expressly understood and agreed that the auforoement of the terms and
conditions of this Agreement., and all rights of action relating to such enforcement, shall be strictly reserved the undersignedparties and to
nothing in this Agreement shall give or allow aver claim or right otaction
whatsoever by any- other person not included in this Agreement It is the
�� �t � intention of the undersigned
any entity other than the tuxier ikmed parties receiving services or benefits under this Agreement shall be at incidental beneficiary only.
26. Board of Count. Commissioners of Weld County Approval, Thia Agreement shall not he valid until it
has been approved by the Board of County commissioners of Weld
County, Colorado or its deci,
27. Choke of Lawr'.iurisdiction. Colorado law, and rules and regulations established pursuant
be
applied in the interpretation, execution, and enforcement of this Agreement. Any provision itte ncluded
shall or
incorporated herein by reference which conflicts with said laws, rules andor regulations shall be null and void.
In the event of a legal -dispute between the parties. Contract Professional agrees that the Weld County t)istrict
Court shall have exclusive jurisdiction to resolve said dispute.
28. Public Contracts fur 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 1
alien who will pe�Qrrrr work under this contract.
Contract Professional will confirm the employment eligibility of all employees who are newly hired tar
Employment in the United States to
pcxfonn work under this Agreement. through perwipation in the E -Verily
program or the State of Colorado program. established pursuant to C. e
R.S,d ,47.5-l0..(Sxe). Contract
Professional shall not knowingly employ or contriCt with an illegal alien to perform work under this Agreement
or enter into a contract with a subcontractor that fails to certify with Contract Profeasional that the subcontractor
shall not knowingly employ ur contract with an illegal alien to perform work under this Agreement. Contract
Prof signal shall not use E -Verify Program or State of Colorado program procedum to to pre-
employment screening or applicants P
g Job while this Agreement is being performed. If Contact Professional
obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal Contract 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 subconttzet if a subcontractor does not (3) days stn r to •in .
contracting with the illegal alien within three of receiving n y
terminate the contract if within throenotice_ Contract Professional shall not
subcontractor has not knowingly tie Subcontractor provides information to establish that the
y or contracted with an illegal alien. Contract Prolenional shall
comply with reasonable requests mace in the course of an investigation, undertaken pursuant to C.R.S. §8-
173-102(5), by the Colorado Department of Labor and Employment. If Contract Professional t . . parfrcrpstes in the
State of Colorado program, Contract Professional shall, within twenty days after hiring an new employee to
perform wo& under the contract, affirm that Contract Professional has examined the legal work status of such
employee, retained file copies of the documents, and tMot altered or iiils-ified the identification documents for
such employees. Contra 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 pry_ If Contract Professional fails to comply with any requite of this provision or of
C.lt_5. §8-17.5-101 et coq., County, may terminate this Agreement for breach, and If so tcrminaied. Contract
Prnfessiona[ shall be liable for actual and consequential darnawes.
Except what exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contract
Professional receives federal or slate funds under the contract, Contract Prufcssinned must confirm that any
individual natural persoa eighteen (18) y cars of age or older is lawfully present in the United States pursuant to
C.R.S. 124-76S-103(4), if such individual applies for public benefits provided under the contract, If Contract
Pmfess.onai operates as a sole proprietor, it hereby swears or affirms underyi .
citimn of the United States or is otherwise lawfully present in the United States penalty °f l t to federal
that at. (a) is a
shall produce one of the forms of identification required by C.R.S. § 24-76.5-101��. , and hall (b)
one of the firms of identification required by C.R.S. § 24-763-103 ( t produce
prior to the effective date of the contract.
29. Attorneys Fees: l.egal Costs. In the event of a dispute between County and Contract Profesah concerning this Agreement, the ponies agree that each
fee, .add or legal costs incurred by or on its own behalf, party shall he responsible for the pay man of
30. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration
body or per- Any provision to the contrary in this Aby any eta -judicial
e
null and void.Agreement or incorporated herein by reference shall be
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 he
attached Exhibit 'A', is the complete and exclusive statement of agreement between the this partAies
and u supwithersedes
es
all proposals or prior agreements, oral or written, and any other communications between the to artie m the subject matter o!" this Agreement. P relating to
wrnqEss '
i 7.
, the patties b levee signed this A t / of
PRAINIMICR_laieiligca t v S ihakma �
BY:
NAM: Steve Jacobson
Tide: VP Sales
Dote I -7
ZET( ':tkv ' ` t , , , ' BOARD OF COUNTY COMMISSIONERS
W.1d,•�y �. Oink to the . , . �D WE
COLORADO
BY 0
_ i_
! M,-7___c,,....ei"
Steve Moreno, Pro-Tem
MAY 1 0 N
020/7-0177
ItOD INTELLIGENT
VIDEO SOLUTIONS
Statement of Work
ExhibkA
Weld County Colorado
Sheriff's Office
Prepared On:
A.pri' i? t 2017
Prepared By:
:arid Buititta
ibuttitta@iprvs.com
INTELLIGENT 4hD
VIDEO 5OLUTIOMI5
4.
Introduction and Background
1114 WI for Law Enforcement
r
l
• Pr
•
4-- w � -
—•
'11. I ' •
I •
• 1 •
♦ t
• V
►.
VALT4rons
1
A
—leassittidaa appliance
socialit be Wend arad
Al dap b rooted tea contra) server. Thi$ eliminates the reed of placipg bulky and redurtd,en
l i view room recording systems tb ouphout the depart rsnd provides users with
a auto 1s%ble system with fewer failure points.
•
�■ em has been
� cd from Mir gad up wtth - t - •
11r! custoerdiabia
saiiiensatctis of a law t. verbose auetIng and Skala
e
•
f
•
• f - t '. ►
•
t
.
. -p
s • r 4
4•44.
I • 1 ,
•
•
rar ,a
S
I
w
•
w • i-
.r. *• ! f •
it
.40
.V, r:
r
♦ .l
. .
+`
M
sY "if 4.
. Y
S
• Oats
e Y
•
ak
•
44
a
t
imi
-4414.
f •
INTELLIGENT 00
VIDEO SOLUTIONS
°Natives
I Su*lpS .aos
The VALT system will provide a state of the art video interview recorrling system for the editing
interview end polygraph rooms at the Wild County Shtrifrs office as wet a the M
invectiPtinni interview rooms.
Scope of Work
Intelligent Video Solutions (IVSL, will provide and irotall a ill Valt anima le IP Cams end
9 microphones to be installed in 9 rooms as specified W the Weld Comity Sheers Office,. A
start/stop keymidtch and a privacy switch v0 be i hied astide each inclydrrf morn at the
Weld County Sieriff s Office. In addition, a total of low primacy switches will be imaged
outside the interview rooms at the South East and South West substations (two per
substation}. 'These switches will be Integrated into the ear sdnti VALT systems Staled at these
The VMS appliance wig be Installed in a location desipt■ted by die Weld Cony sheriffs
Office. An NS liedutielen via moult, bidet surd configure a equipment. Athilianaligare iY'S
hnicisn a provide ants trades t1 wee of the VALT software at the time of Mitigation.
y
Ctas:
AV Equipment
S29,502
Licensing
_
Sattw yr Assurance
54.500
Installation
._
_000
Travel
S:�000
Toqt
Period + Place of Performance
Integigent Video Solutions will coolants radon of id equipment with the Weld County
Sheriffs mat. Ai work wIN be perkented or the dates weed upon by both parties.
Intelligent Video Solutions wig preconfgwe all equipment and ship It to the tviorasirs location.
Weld County Sheriffs Office
ISM N. 17th Ave_
Gretley, CO 80631
installation and configuration we be performed on site at the weld County Shirrs Mite, the
South East Substation, and the South West Substation.
INTELLIGENT to
VIDEO .SOLUTIONS
Work Requirements
Intelligent Video Solutions Responsibilities
Project Management
c I v
i t..
Ipktoone I wis;M , ,
Intelligent Video Solutions wilt designate a project manager to be the single point of enact li r
the Customer and will coordinate delivery of all products and execution of ail professionel
service* es detailed in the In quotation for this project. t
Pre -Configuration Services
Intelligent Video Solutions will preconap re video appliances and cameras with apse
supplied IP inierwietIon aid nary set up requirements at the rVs configuration cos in
Wisconsin ealnimlung work on -site.
IVS all stew all equipment and consolidate afl components of the solution and ship the
complete solution to the Weld County Sheriff's Office.
Plebes& Nation Services
Itelligent Video Solutions will provide an engineer to remotely coordinate a the intimation and
configuration of network related services (Active Directory, ACLs, SSL, etc) with the Weld
County IT department.
Field Installation Services
letdbpat Video Solutions will provide technicians -WINS, the necessary hardwant and
Ste to cownistri the solution as outlined in the quotation.
Field leetalbtlon services indude:
• Run cable for microphones and terminating Saophones to snip interface device.
• Connecting and Centering audio interface device atOseteng op audio levels.
• maw cameras and connect prat to network. Focus eeonsras U squired.
• Connect and terminating audio from audio lnterfea w minim
• Label cameras with IP adder if desired
• Run cable for I/O buttons, instal VO buttons, and connect I/0 buttons to cameras.
• Run cable for privacy switches„ install privacy switches, and COnnnnt privacy switches to
cameras.
earners Placement
iV5 will provide a recommendation based on industry best practices for the plseen,ent of
cameras within all rooms at the time of installation.
IVS wil conduct en initial walk thresh of all rooms with a designee of the Weld County
Sheriff's Office and information Tsdrnology. During this walk ttwo* placement of the
cameos in unit room will be seed upon with the designee of the Weld County Sheriff's
Office,
INTELLIGENT
VIDEO SOLUTIONS 1pPr
4
spivs.con► I sarestipivs.co n
Field Enginefake
intelligent Video Solutions wet provide an engineer to custom poke the VALT SOfbeese to
meet the specific needs of the customer. included in the set t* and andij rathen Of the head
end is the following
• Entering IP camera information into the software and name cameras according to
customer desired roam names or tsmtra ID's.
• Working with the customer to develop custom fields anOclated with each cameos SW
configueyg usertemplates farthest fields..
• Wore% urn the =tamer todwbt user groups and defining *preprint, rights and
access rs4Mrb for each poop,
• Setup of applicable ears aooae rats.
• Testing conligerhdon and kataiiiisoftware and aN hardvram to a illepared and raft as
sled.
• Training the pad users on the de software.
• Training administrators on the set up and configuration of administrative portions of the
solution.
Weld County Sheriffs Office Responsibilities
Pre Installation
• Provide site diagram to IV&
• install network drop for each camera to be ambled.
• Core flaunt t network / via.n for sent and came.
• Configure may Sternal Grave to as cwomtiica joe between de servers, c
anddents,
• Identify location /space for senor appliances
• Provide Strata for IP settings on cameras and servers.
• Provide IVS with us data terapl■to (Ws can be done en site If reified)
• Ensure users woristatlons have flash component Staled in bows.
rns alliJa
• Provide pares pass and access to site along with any keys I access information
• Provide guest user Internet seen if possible
• Provide workstation access to camera IP"s
• provide trebling won for staff and Intent it has access to video system
►rovide RS wfth instaietloa locations fondle/I:1 buttons and privacy %%vetoes_
• Conduct an :maims walk through with 1VS and agree won asters locations.
• Conduct final wallt Sough with VVS
Milestones
L Acceptance of Statement of Woric/lssuihg of Purim Order
NSMetratent of Mb*
3
INTELLIGENT 41‘,
VIDEO SOLUTIONS prr
2 VALT frlstalladon Conference
3. Precor iuration of Equipment at IV!
4. Equipment shipped to Weid Camay Sheriffs Office
• InstaNation S Equipment
t Training of Sid Users
I. Provide Network Diagram and documentation to IT.
iperacurn I sailesiliOlbitain
Project Acceptance Criteria
Won completion of Instalbekm of all esquipment by lotagent video Solutions, aline, wait
through I be conducted with a des% nee lithe weld raptly Sheriffs Office. This designee
will be reponsible for accepting that lestailetion of all aspeinnent has been completed to their
satisfaction. Additionally, tits indlridhM will be responsible t reviewing the configuration of
the VALT software, and accepting the motion.
Acceptance of Statement of Work
The customer named below verifies that the terms of this Statement of Work Is acceptable_ By
signing this Steem of Worm the customer agrees to the responsibre es of each party as
outlined in this' document. The pant hereto are ends sang with proper authority by their
respective companies.
Weld County Sheriffs Office
Sew tut r
St Video soMrtGontl!
CniCchtSciekd
MEMORANDUM
TO: Esther Gesick, Clerk to the Board April 10, 2017
FROM: Ryan Rose, Chief Information Officer
SUBJECT: B1700068 VALT System for Sheriffs Office Interview
Rooms
BOCC Approval Date: April 12, 2017
The bid was received and opened on March 17, 2017 for bid B170068 for the VALT
System for Sheriff's Office interview rooms. Only one bid was received totaling
$74,507.00. Attached is the bid tabulation for your information.
The Information Technology staff has reviewed the bid response. Intelligent Video
Solutions (IVS) from Pewaukee, WI proposed the only solution and meets the needed
functionality documented in the bid process. It is the same vendor that completed the
Sheriffs Office interview rooms at southwest and southeast Weld substations.
Based on the above information, I recommend the board award B1700068 to Intelligent
Video Solutions (IVS) Technologies for a total amount of $74,507.00.
"0/7- 6897
S00038
0
� 0
( 0 CD
. /f§
S t ~ z
'2
m-
m-
S&m�
O
w2§!
■$dim
§
)
0
f
k
O
)
\ To
e- C0 ± k
t•t(p7
)>k22<
2k
a2§ §§
�I-2 «
oW ow0
/§±2Sa
0 0 cL C
1 z
Only vendor to bid.
Total Bid Amount
$74,507.00
Vendor Name
Address
Intelligent Video Solutions
1265 E Wisconsin Ave Ste A
Pewaukee, WI 53072
** Bids are being reviewed at this time by dept.'
Hello