HomeMy WebLinkAbout20163010.tiffELAFroca
BOARD OF COUNTY COMMISSIONERS
PASS -AROUND REVIEW/ WORK SESSION REQUEST
RE: Intelligent Video Solutions Contract
DEPARTMENT: Sheriff's Office
PERSON REQUESTING: Kevin Ilalloran, Investigations Sergeant
DATE: November 2, 2016
Brief description of the problem/issue:
The Board of County Commissioners approved a bid award to Intelligent Video Solutions on October 12,
2016. Intelligent Video Solutions will provide recording equipment for the Sheriffs Office southeast and
southwest substations.
A contract for the purchase, installation of the equipment, and training has been negotiated and is now
ready for signature.
This request is to allow the chair to sign the contract to purchase and install the interview room equipment.
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
The Board has approved the bid submitted by Intelligent Video Solutions. Signing the contract will allow
the project to proceed.
Recommendation:
The Sheriff's Office recommends that the Board approve the Chair to sign the contract with Intelligent
Video Solutions.
Mike Freeman, Chair
Barbara Kirkmeyer
Sean P. Conway
Julie Cozad
Steve Moreno
Approve Schedule
Recommendation Work Session
JfrhP'Z-
IV
Other/Comments:
P-- Ct: � (5o)
Aar
a- 5-1 Le /01_
,10 -.201 D
cSa ()037
10, INTELLIGENT
VIDEO SOLUTIONS
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & INTELLIGENT VIDEO SOLUTIONS
77�
THIS AGREEMENT is made and entered into this day of , 201 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 INTELLIGENT VIDEO SOLUTIONS hereinafter referred
to as "Contract Professional" or "IVS".
Seller:
Intelligent Video Solutions, LLC
1260 E Wisconsin Avenue, Suite A
Pewaukee, kee, WI 53072
Attn: Kevin Marti
email: kmarti@ipivs.com
phone: (262) 746-9290
Buyer:
Weld County Sheriff's Office Investigations Unit
ATTN: Sgt Kevin Halloran
RFP #B1600110 / Sheriff's Office Rooms and Recording System
1950 "O" Street
Greeley, CO 80631
Products covered:
Hardware, Software and Services
Product Description:
IVS will deliver the products and services as specified in IVS quote
16091311545KM and the Excel Spreadsheet provided to Weld
County in the RFP which are attached to this contract. IVS will
install the video solution and provide end user and administrator
training according to the attached IVS statement of work dated
October 14th, 2016.
Contract Price:
$46,500.00
1
020/lam - t30/()
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:
Terms & Conditions of Contract
The terms and conditions of sale stated in this Contract, unless superseded by a written
agreement signed by both parties, governs this transaction, notwithstanding any conflicting term
or condition of any other document or communication to the contrary. The provisions of this
Contract, and any contract or agreement here from, shall be governed by the laws of the State
of Colorado. This Contract shall be deemed to have been entered into in the County of Weld,
with proper venue in Colorado.
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.
B1600110". The RFP contains all of the specific requirements of Weld County.
Exhibit B consists of the Statement of Work and Contract Professional's Response to County's
Request for Proposal. The Response confirms Contract Professional's obligations under this
Agreement.
1. Definitions: The term Seller refers to INTELLIGENT VIDEO SOLUTIONS, INC. (IVS). The term
Purchaser refers to the company or person(s) listed on the cover page of this Contract
and to whom this offer is extended. The word articles, means articles, products, materials,
equipment, supplies, parts, assemblies, technical data, intellectual property, software,
drawings, artwork, designs, services or other items covered by this Contract. A Purchase
Agreement shall be deemed to mean this Contract.
2. Acceptance of Contract: This Contract constitutes Seller's offer to Purchaser and shall
become binding upon the terms and conditions set forth herein. Acceptance of Contract
by Purchaser is conditioned on assent by Purchaser to any terms hereof which are
additional to or different from the terms set forth in the offer. This contract shall not be
binding upon Seller until signed by Purchaser and/or Purchaser issues a purchase order,
or other evidence of purchase commitment, which is accepted in writing by an authorized
representative of Seller. Unless Purchaser otherwise notifies Seller in writing within ten
(10) days from the date of this contract, Purchaser will be deemed to have assented to all
terms and conditions. Acceptance by Purchaser of delivery of any articles without notice
of objection to the terms of this Contract as stated above will be deemed to constitute
assent to such terms.
3. Prices: All prices charged shall be those in effect at the time of shipment and are Freight -
On -Board (F.O.B.) Pewaukee, WI unless otherwise agreed in writing. Any change in the
quantities, description, capabilities or destination may result in a price adjustment.
4. Taxes: Purchaser shall pay the amount of any applicable sales, use, compensating,
intangibles, gross income or like tax, import duties, export duties and similar charges
levied by any governmental authority in connection with this order. This obligation does
not include taxes payable on the net income of Seller. Weld County is a tax exempt
agency.
5. Title: Seller shall retain a security interest in the articles and property specified in this
Contract to secure performance of all of Purchaser's obligations under this Contract. Risk
of damage to or loss under this Contract passes to Purchaser upon delivery to Purchaser
or freight carrier, whichever occurs first. Purchaser is responsible for any loss or damage
caused in transit by the freight carrier and bears all responsibility for filing any necessary
claims and loss forms with said carrier in the event of damage to or loss of the shipped
Equipment.
6. Delivery: Seller will use its best, economically feasible, efforts to deliver the Equipment,
as outlined in the quotation, in accordance with Purchaser requested delivery date,
subject to receipt of all necessary information from Purchaser. Shipping dates are
approximate only, and Seller shall not be liable for any consequential or liquidated
damages arising from delays due to causes beyond its reasonable control or due to
compliance with any government regulations. Purchaser will reimburse Seller its
additional expenses resulting from any Purchaser -caused delay. When delivery of the
Equipment is delayed at the request of the Purchaser, Purchaser is obligated to pay such
amounts as would be due under the contract if delivery were accomplished without such
delay. Purchaser has no right to cancel or rescind this agreement by reason of an
excusable delay, and will accept such delayed performance by Seller. Purchaser's receipt
of the Equipment constitutes a waiver of any claims for delay.
7 Change of Specifications: In the event that Purchaser, for any reason, change the
specifications of the articles provided for in this Contract, any restocking charge,
additional freight costs or other costs incurred by reason of such change, is the
3
responsibility of Purchaser.
8. Payment Terms: Unless otherwise specified in Seller's quotation or proposal, the total
price will be paid as follows: Net upon completion of project. Unless otherwise specified,
equipment is sold F.O.B. origin. Purchaser to pay all shipping charges.
9. Buyer in Arrears or Default: In the event Purchaser is in arrears with any payment due
from it to Seller at any time, the amount in arrears will bear interest at five (5) percent
above the prevailing prime rate as published in the Wall Street Journal for the date each
amount falls due, pending actual payment thereof in full, without prejudice to any other
relief and remedy available to Seller.
10. Title, Risk of Loss: Title to the Equipment shall pass to Purchaser upon shipment, subject
to a purchase money security interest retained by Seller until payment of all amounts
then due to Seller. Purchaser agrees to execute financing statements under the Uniform
Commercial Code or other documents as Seller requests to protect its security interest.
Risk of loss or damage to the Equipment or any part thereof shall pass to Purchaser upon
shipment.
11. Insurance:
Seller will provide a certificate of insurance and is attached to this document.
Purchaser will provide standard commercial general liability and workers compensation
coverage for its facility, employees, and guest
4
12. Warranties: Seller warrants that the articles are as described in the Contract. Seller
warrants all articles pursuant to the terms of a manufacturer's warranty, to the extent that
such a manufacturer's warranty exists. No other warranty, express or implied, is made in
respect to the articles. IVS software is warranted per the incorporated EULA.
13. Design -Build Workmanship and Equipment Warranty if applicable:: Seller warrants that
the System installed per the quotation or proposal and accompanying Scope of Work to
be free from defects in workmanship or equipment failure under normal operating
conditions for a period of one (1) year from the date of Project Completion and
Acceptance. This warranty specifically excludes owner furnished equipment incorporated
into the system or used in conjunction with the system.
a. This Seller warranty provides rectification of such defects, system failure, or
component failure during this period per the following schedule:
(i)
Day 1 through 90 after Project Completion and Acceptance: telephone
problem diagnosis, on site problem diagnosis, and on -site service including
equipment removal and replacement labor will be at no charge. Applicable
freight charges for equipment to/from Manufacturer if required will still
remain the responsibility of Purchaser.
(ii) Day 91 through Day 365 after Project Completion and Acceptance:
telephone problem diagnosis will be at no charge. Depot service of
equipment will be per manufacturer's warranty and will require
Purchasers delivery of defective equipment to Seller location adequately
packed for shipment. On -site problem diagnosis, on -site service including
equipment removal and replacement labor, and equipment packaging for
shipment will be available at a billable rate of $150/hr portal-to-portal with
a 2 hour minimum plus materials. Applicable freight charges for
equipment to/from Manufacturer during this period will still remain the
responsibility of Purchaser.
(iii) For Equipment with manufacturer's warranties beyond 365 days after
Project Completion and Acceptance: Depot service of equipment will be
per manufacturer's warranty and will require Purchasers delivery of
defective equipment to Seller location adequately packed for shipment.
On -site problem diagnosis, on -site service including equipment removal
and replacement labor, and equipment packaging for shipment will be
available at a billable rate of $150/hr portal-to-portal, with a 2 hour
minimum, plus materials. Applicable freight charges for equipment
to/from Manufacturer during this period will still remain the responsibility
of Purchaser.
Seller will provide remediation for such defects proven to be a result of our
workmanship during the warranty period at no -charge. Remediation of defects or
5
failures will be handled in a reasonable and economically feasible manner after
notification by Purchaser or their agent.
c. This Workmanship and Equipment Warranty does not apply if the system or any
of its components, including wiring and software, are subjected to conditions or
actions outside of normal operating conditions, including but not limited to
misuse, neglect, vandalism, accidental damage, or operational error. Seller is not
responsible for Aimage burn@ on display devices as a result of prolonged periods
of static images being displayed or projected and in such cases, manufacturer=s
warranties will apply.
This Workmanship and Equipment Warranty does not apply if fundamental
changes to system configuration, system operations or system components are
requested or attempted by Purchaser. Such changes or requests will be handled
under a separate billable change -order request process and not treated as a
warranty repair.
e. This Workmanship and Equipment Warranty does not apply if system malfunction
is caused by owner -furnished equipment. System diagnosis and on -site service for
malfunctions found to be a result of owner -furnished equipment will be available
at a billable rate of $150/hr portal-to-portal, with a 2 hour minimum plus
materials. Applicable freight charges for equipment to/from Manufacturer during
this period will still remain the responsibility of Purchaser. Such charges will be
handled under a separate billable work order and will not be treated as a warranty
repair.
f Unless otherwise specified on IVS Quote, manufacturer's equipment warranty will
be for 1 year. Seller will administer the process of getting equipment repaired or
replaced under warranty at no additional charge during the original equipment
manufacturer's warranty period provided the defective equipment is delivered to
Seller location adequately packed for shipment per the aforementioned schedule.
g.
Travel time to site, system diagnostics, equipment de -installation and re-
installation, and equipment repackaging are not included in the manufacturer's
warranty. These services, if requested, will be billable at a rate of $150/hr portal-
to-portal with a 2 hour minimum plus materials. Seller offers service agreements,
which will provide coverage beyond the Workmanship Guarantee period to
accommodate client specific needs.
14. EULA. Purchaser acknowledges and agrees to be bound by the provisions of the End User
License Agreements (EULA) for the software that is part of this contract. This includes the
EULA that is embedded in The IVS proprietary VALT software.
15. Indemnity: To the extent permitted by law, Purchaser agrees to indemnify and hold Seller
harmless from any and all claims and liability, including, but not limited to, legal fees and
court costs for injuries or death to persons or damage to or destruction of property
6
caused by or resulting from the acts or omissions of Purchaser, its agents, suppliers or
employees in the performance of this Contract, and at Seller's option to defend at
Purchaser=s expense all suits or proceedings arising out of any of the foregoing.
16. Return Policy: NO CREDIT shall be allowed for articles returned without prior written
authorization. In the event of the necessity to return defective articles, Purchaser shall
obtain from Seller a Return Authorization and ship the defective item(s) to Seller.
17. Repossession: In the event of any breach or default by Purchaser of the terms and
conditions of sale set forth herein, Seller shall have the right to peaceably enter any
premises where the articles/Equipment are located upon reasonable notice and during
business hours to remove and take possession of the same. Seller shall not be liable for
any loss or damages arising from the repossession of said articles. These rights of Seller
are in addition to and not in substitution of any rights Seller may pursue at law.
18. Assignment, Binding Effect: Purchaser will not assign or transfer this Contract or any
rights or obligations thereunder without the prior written consent of Seller. This Contract
is binding upon the parties, and their respective successors, heirs and assigns.
19. Attorney's Fees: Each party shall be responsible for its own attorney fees.
20. Entire Agreement: It is agreed that this Contract, as executed by Purchaser, contains the
entire agreement between Seller and Purchaser, and that no statement, promise or
inducement made by any party, or employee, agent, or salesman of either party, which is
not contained in this Contract shall be valid or binding; that no agent, salesman or
employee of Seller has any authority to make any promise, inducement or representation
unless the same is attached hereto or referenced by addendum and specifically made a
part of this Contract. This Contract may not be enlarged, modified, or altered except by
an instrument in writing, executed by both parties hereto. IT IS AGREED THAT THIS
CONTRACT SUPERSEDES ALL PRIOR NEGOTIATIONS AND AGREEMENTS.
21. Compliance: Seller may at any time insist upon strict compliance with these terms and
conditions, notwithstanding previous custom, practice or course of dealing to the
contrary.
22. Construction: If any term of this Contract is determined invalid, the balance of the
Contract will remain in full force and effect.
23. General: The quotation shall be firm for the period shown on the cover page, subject to
withdrawal or change by Seller upon notice at any time prior to acceptance of an order.
(If no expiration date is noted, the quotation will automatically expire 30 days from date
of issuance.) Seller reserves the right to correct typographical errors, should they occur.
The quotation supersedes all prior agreements and understandings between the Parties
and is intended by the parties as the complete and exclusive statement of the terms of
the quotation and agreement. Any representation, affirmation of fact, course of prior
dealings, promise or condition in connection outside of this contract does not bind the
7
parties.
24. 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.
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.
25. 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. 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.
26. Extension or Modification. Any amendments or modifications to this agreement shall be
in writing signed by both parties.
27. Compliance with Law. Contract Professional 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.
28. 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.
29. 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.
8
Signature
CONTRACTOR:
Intelligent So ms
By:
Name: Kevin A. Marti
Title: President / CEO
Date 11-3-2016
WELD COUNTY:
ATTEST: v
Weld Co - rktotheBoard
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
C
v
Julie A. Cozad, Ckr Pro—Tem
APPRO,}/fj) AS TO StTANCE:OEE 0 5 2016
jElectedOfficial or Department
9
ead
al 0/6, - 3O/O
Intelligent Video Solutions, LLC
END USER LICENSE AGREEMENT
IVS Valt SOFTWARE and Related Software Products and Services
Thank you for choosing Valt software ("Software") from Intelligent Video Solutions (IVS). This
End User License Agreement (this EULA) is a legally binding license agreement between you and
IVS that describes your rights to use this software and services provided by IVS.
IF YOU DO NOT AGREE TO EACH AND EVERY TERM AND CONDITION OF THIS EULA, YOU MAY
NOT USE ANY SOFTWARE PROVIDED BY IVS.
THIS EULA IS AN AGREEMENT TO LICENSE SOFTWARE, NOT AN AGREEMENT FOR THE SALE OF
SOFTWARE.
For adequate consideration, IVS and End User ("You") agree as follows:
1. Software Licensed, Not Sold. The Software is licensed, not sold. This EULA does not
transfer or modify any ownership rights related to the Software, which are exclusively
held by IVS.
2. License Grant to the Software. Subject to the terms of this EULA and of applicable fees,
IVS hereby grants you a limited, worldwide, nonexclusive, nontransferable, revocable
license, without rights to sublicense, to download and install the Software on one (1)
server, and to use the Software for the purposes set forth in the applicable Software
documentation, to the extent permitted by your payment of applicable fees and any
specifications of your specific license grant and license type.
3. Title. IVS retains all right, title and interest in and to the Software.
4. Intellectual Property Rights Confidential. The IVS VALT Software is valuable trade
secret(s) and the confidential and proprietary information of IVS. The Software and any
copies thereof are the exclusive intellectual property of IVS and protected by copyright
laws and international treaties and as well as other intellectual property laws and
treaties. The structure and organization of the Software, along with its source code and
object code, are confidential information and valuable trade secrets of IVS. You agree
that any disclosure by you of this confidential information will cause immediate,
irreparable harm to IVS for which a court of competent jurisdiction may award equitable
remedies, as well as any other available legal remedies. IVS does not grant you any
intellectual property rights in or to the Software. You agree to maintain the
confidentiality of the Software, License Keys, and other intellectual property of IVS using
your best efforts, and in no case less than reasonably prudent care for extremely
sensitive and proprietary confidential information. You agree to reasonably
communicate the terms and conditions of this EULA to those persons employed or
engaged by you, or who otherwise come into contact with the Software, and other
10
intellectual property of IVS, and to use best efforts to ensure their compliance with the
terms and conditions of this Section 4.
5. Termination. IVS may terminate this EULA immediately and without notice if you fail to
comply with any term of this EULA or fail to timely pay any amounts due IVS.
6. Effect of Termination. In the event of termination, you must immediately and
completely cease using the Software in any way, and destroy all copies of the Software.
7. Limited Warranty. IVS warrants that the Software will substantially conform to the
description contained in the applicable end user documentation for a period of 90 days
after the earlier of the date IVS provides the Software or the date you downloaded
the Software. EXCEPT FOR THE PRECEDING EXPRESS LIMITED WARRANTY, TO THE
MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW, IVS PROVIDES THE SOFTWARE
AND SERVICES WITHOUT ANY WARRANTIES OF ANY KIND, EXPRESS, IMPLIED,
STATUTORY, OR IN ANY OTHER PROVISION OF THIS EULA OR COMMUNICATION WITH
YOU, AND IVS SPECIFICALLY DISCLAIMS ANY IMPLIED WARRANTIES OF
MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, AND NON -INFRINGEMENT.
IVS DOES NOT WARRANT THAT THE SOFTWARE OR SERVICES WILL MEET YOUR NEEDS
OR THAT THE SOFTWARE OR SERVICES WILL BE OR PROVIDE FOR ERROR FREE
OPERATION OR OPERATION WITHOUT INTERRUPTION. IN THE EVENT YOU OBTAINED
THIS LICENSE FROM A RESELLER, DISTRIBUTOR, OR OTHER THIRD PARTY, IVS SHALL
HAVE NO OBLIGATION TO YOU UNDER ANY WARRANTY GIVEN BY SUCH RESELLER,
DISTRIBUTOR, OR THIRD PARTY, OR THEIR RESPECTIVE AGENTS OR EMPLOYEES.
8. Limitation of Liability. TO THE MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW, IN
NO EVENT WILL IVS BE LIABLE FOR ANY LOST PROFITS OR BUSINESS OPPORTUNITIES,
LOSS OF USE, BUSINESS INTERRUPTION, LOSS OF DATA, OR ANY OTHER INDIRECT,
SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES UNDER ANY THEORY OF
LIABILITY, WHETHER BASED IN CONTRACT, TORT, NEGLIGENCE, PRODUCT LIABILITY, OR
OTHERWISE RELATED TO THE SOFTWARE, SERVICES, OR OTHER SUBJECT MATTER
HEREOF. BECAUSE SOME JURISDICTIONS DO NOT ALLOW THE EXCLUSION OR
LIMITATION OF LIABILITY FOR CONSEQUENTIAL OR INDIDENTAL DAMAGES, THE
PRECEDING LIMITATION MAY NOT APPLY TO YOU. IVS'S LIABILITY UNDER THIS EULA
WILL NOT, IN ANY EVENT, EXCEED THE FEES, IF ANY, PAID BY YOU FOR THE SOFTWARE
AND SERVICES LICENSED TO YOU UNDER THIS EULA. THE FOREGOING LIMITATIONS
SHALL APPLY TO THE MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW, REGARDLESS
OF WHETHER IVS HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES AND
REGARDLESS OF WHETHER ANY REMEDY FAILS OF ITS ESSENTIAL PURPOSE. YOU AND
IVS AGREE THAT, GIVEN THE PRICE OF THE SOFTWARE AND THE NATURE OF THE
CIRCUMSTANCES, THE PRECEDING LIMITATIONS ARE FAIR AND REASONABLE.
9. Taxes. You shall be solely responsible for, and shall pay directly, all taxes, duties, and
charges incurred related to this EULA or the Software or Services.
10. Entire Agreement. This EULA sets forth IVS's entire liability and your exclusive remedy
11
with respect to the Software, Services, and other subject matter hereof, and supersedes
the terms of any purchase orders and any other communications or advertising with
respect to the Software. ANY PURCHASE ORDER OR OTHER DOCUMENT PROVIDED BY
OR RECEIVED FROM YOU SHALL BE FOR YOUR INTERNAL USE ONLY AND SHALL NOT BE
APPLICABLE TO IVS NOR SHALL IT MODIFY THE TERMS OF THIS EULA OR GOVERN YOUR
USE OF THE SOFTWARE. IVS REJECTS ANY TERMS CONTAINED IN YOUR PURCHASE
ORDERS OR SIMILAR DOCUMENTS.
11. Notices. Notices required by or related to this EULA from you must be sent via U.S. Mail
or reputable overnight carrier, return receipt requested, to IVS's then current mailing
address, which is presently 1265 E. Wisconsin Avenue, Suite A, Pewaukee, Wisconsin,
53072.
12. Severability. If a provision of this EULA is found illegal or unenforceable, it will be
enforced to the maximum extent permissible, and the legality and enforceability of the
other provisions of this EULA will not be affected.
13. Relationship of You and IVS. This EULA shall not be construed to create any
employment, partnership, joint venture, franchise, or agency relationship between you
and IVS, or to authorize either party to enter into any commitment or agreement
binding on the other party.
14. Governing Law. This EULA will be governed by the laws of the State of Colorado
without regard to its choice of law principles. Any dispute under this EULA will be
venued in Weld County, Colorado.
15. Contact Information. If you have any questions about this EULA, please contact IVS at
ipivs.com.
16. Survival of Terms. These terms shall survive termination of this EULA.
12
EXHIBIT A
Weld County
Request for Proposal: #B1600110
Sheriff's Office Investigations Interview Rooms and Recording
System
Best and Final Offer
*Items highlighted in yellow throughout this document identify deltas from
the original RFP.
Mail Hard -copy RFP Responses to:
Weld County Sheriffs Office Investigations Unit
ATTN: Sgt Kevin Halloran
RFP #B1600110 / Sheriffs Office Interview Rooms and Recording System
1950 "O" Street
Greeley, CO 80631
Key Vendor
Deadlines
Technical
Questions / Inquiries
August 16th,
2016
by
Noon
MDT
RFP Responses
August
30th, 2016
by
Noon
MDT
Template -SW KIT 121114 (modified)
Weld County Request for Proposal - RFT'P #81600110
Sheriffs Office Investigations Interview Rooms and Recording System
Best and Final Offer Responses
(BAFO)
September 20th, 2016 by Noon MDT
Table of Contents
1 STATEMENT OF WORK 3
1.1 PURPOSE 3
1.2 COVERAGE & PARTICIPATION 3
2 GENERAL INFORMATION 3
2.1 ORIGINAL RFP DOCUMENT 3
2.2 THE ORGANIZATION 3
2.3 EXISTING TECHNOLOGY ENVIRONMENT 4
2.4 SCHEDULE OF EVENTS
4
3 PROPOSAL PREPARATION INSTRUCTIONS 4
3.1 VENDOR'S UNDERSTANDING OF THE RFP 4
3.2 GOOD FAITH STATEMENT 5
3.3 COMMUNICATION
3.4 PROPOSAL SUBMISSION 6
3.5 WITHDRAWALS OF PROPOSALS 8
3.6 CRITERIA FOR SELECTION 9
3.7 SELECTION AND NOTIFICATION 9
4 PROJECT OVERVIEW 10
4.1 HIGH-LEVEL OVERVIEW 10
4.2 TECHNICAL SPECIFICATIONS 1 1
5 BUDGET & ESTIMATED PRICING 13
6 ADDITIONAL TERMS & CONDITIONS 13
6.1 PERSONAL INFORMATION 13
6.2 NON -DISCLOSURE AGREEMENT 14
6.3 COSTS 14
6.4 INTELLECTUAL PROPERTY 14
6.5 VENDOR'S RESPONSES 14
6.6 GOVERNING LAW 15
6.7 INSURANCE REQUIREMENTS 16
6.8 No LIABIU1'Y 18
6.9 ENTIRE RFP 19
APPENDIX A: VENDOR CERTIFICATION 20
5
11/4/2016 9:54 AM Page -2
Weld County Request for Proposal-RFP #B1600110
Sheriffs Office Investigations Interview Rooms and Recording System
1 Statement of Work
1.1 Purpose
The Board of County Commissioners of Weld County, Colorado, by and through its Chief
Information Officer, on behalf of the Weld County Sheriff, (collectively referred to herein as
"Weld County"), wishes to upgrade four existing interview rooms. The RFP is to solicit bid
proposals to engage a contractor to provide audio-visual recording equipment, administrative
software, installation, training, and maintenance services for law enforcement interview
rooms in Southeast Weld County substation (2950 9th St. Fort Lupton, CO 80621) and
Southwest Weld County substation (4209 Weld County Road 24% Longmont, CO 80504).
Monies are budgeted for 2016 (4 rooms), however the County plans to add more interview
rooms in a different location, therefore this solution needs to be expandable. The RFP
provides vendors a description of the equipment and services requested.
Weld County is requesting a Best and Final Offer (BAFO) for more detail on software
maintenance/upgrade costs, camera specifications, remote access software, Microsoft
Windows compatibility, and an optional, removable power key switch for interview rooms
(instead of a button for starting and stopping recordings.)
1.2 Coverage & Participation
The intended coverage of this RFP, and any agreement resulting from this solicitation, shall
be for the use of all applicable departments at Weld County along with any satellite offices.
Weld County reserves the right not to enter into any contract, to add and/or delete elements,
or to change any element of the coverage and participation at any time without prior
notification and without any liability or obligation of any kind or amount.
2 General Information
2.1 Original RFP Document
Weld County shall retain the RFP, and all related terms and conditions, Appendices and
other attachments, in original form in an archival copy. Any modification of these, in the
vendor's submission, is grounds for immediate disqualification.
2.2 The Organization
County of Weld
Weld County, Colorado covers a total area of 4,000 square miles in north central Colorado. It
is bordered on the north by Wyoming and Nebraska and on the south by the Denver
Metropolitan area. Weld County is the third largest county in Colorado and is Colorado's
leading producer of cattle, grain and sugar beets. Weld is the richest agricultural county in
the United States east of the Rocky Mountains, and the fourth richest overall nationally. Weld
County is also an important area of oil and natural gas production in Colorado. Weld County
was incorporated in 1861 and is governed by a Home -Rule Charter, which went into effect on
January 1, 1976. There are approximately 269,000 residents in Weld County.
Weld County Government employs approximately 1500 employees within 24 departments.
The County Seat and main campus is in Greeley with satellite campuses in Fort Lupton and
11/4/2016 9:54 AM Page -3
Weld County Request for Proposal - R1T #B1600110
Sheriff's Office Investigations Interview Rooms and Recording System
Longmont (Del Camino area). Additional information about Weld County can be found at
"www.co.weld.co.us".
2.3 Existing Technology Environment
The following is a high-level description of our current technology environment; more details
are listed in Section 4.2 of this RFP.
Current Environment - Weld County:
• - 1,500 Employees
• Primarily Virtual Servers
• Cisco network infrastructure and Fiber backbone connecting County buildings;
fiber with some point-to-point wireless links connecting our County campuses
(Greeley, Fort Lupton, Longmont)
• Microsoft O365 Email and Calendar system
• Block and file storage availability in SAN and NAS capacity
2.4 Schedule of Events
The following is the anticipated schedule that will apply to this RFP, which may change in
accordance with the organization's needs or unforeseen circumstances. Changes will be
communicated by e-mail to those vendors participating in this RFP.
Critical RFP dates for Vendors:
Issuance of RFP
Technical Questions/Inquiries Deadline
RFP Addendum (all RFP questions answered)
Submission Deadline for RFP Responses
Interviews / Demos (if needed)
Submission Deadline for BAFO RFP
Post -Award dates:
8/2/2016
8/12/2016, Noon MDT
8/23/2016
8/30/2016, Noon MDT
9/6/2016 - 9/9/2016
9/16/2016, Noon MDT
Final Award Notification
Contract Negotiations Complete
Implementation Start Date
Implementation Completion Date
10/12/2016
10/26/2016
3 Proposal Preparation Instructions
3.1 Vendor's Understanding of the RFP
TBD
TBD
In responding to this RFP, the vendor accepts full responsibility to understand the RFP in its
entirety, and in detail, including making any inquiries to Weld County as necessary to gain
such understanding. Weld County reserves the right to disqualify any vendor who
demonstrates less than such understanding. Further, Weld County reserves the right to
11/4/2016 9:54 AM Page -4
Weld County Request for Proposal - RI'P #B1600110
Sheriff's Office Investigations Interview Rooms and Recording System
determine, at its sole discretion, whether the vendor has demonstrated such understanding.
That right extends to cancellation of award, if award has been made. Such disqualification
and/or cancellation shall be at no fault, cost, or liability whatsoever to Weld County.
3.2 Good Faith Statement
All information provided by Weld County in this RFP is offered in good faith. Individual items
are subject to change at any time. Weld County makes no certification that any item is
without error. Weld County is not responsible or liable for any use of the information or for
any claims asserted there from.
3.3 Communication
Verbal communication shall not be effective unless formally confirmed in writing by the
specified Weld County employee in charge of managing this RFP process. In no case shall
verbal communication govern over written communication.
3.3.1 Vendors' Inquiries. Applicable terms and conditions herein shall govern
communications and inquiries between Weld County and vendors as they relate
to this RFP. Inquiries, questions, and requests for clarification related to this RFP
are to be directed in email to:
Sgt. Kevin Halloran
E-mail: khalloran@weldgov.com
Telephone: (970) 400-2837
3.3.2 Informal Communications shall include, but are not limited to: requests from/to
vendors or vendors' representatives in any kind of capacity, to/from any Weld
County employee or representative of any kind or capacity with the exception of
Kevin Halloran for information, comments, speculation, etc. Inquiries for
clarifications and information that will not require an addendum may be submitted
verbally to the named above at any time.
3.3.3 Formal Communications shall include, but are not limited to:
• Errors and omissions in this RFP and enhancements. Vendors shall
recommend to Weld County any discrepancies, errors, or omissions that may
exist within this RFP. With respect to this RFP, vendors shall recommend to
Weld County any enhancements, which might be in Weld County's best
interest. These must be submitted in writing and be received prior to the
Technical Questions/Inquiries Deadline listed in Section 2.4
• Inquiries about technical interpretations must be submitted in writing and be
received prior to the Technical Questions/Inquiries Deadline listed in
Section 2.4. Inquiries for clarifications/information that will not require
addendum may be submitted verbally to the contact named above at any
time during this process.
• Verbal and/or written presentations and pre -award negotiations under this
RFP.
11/4/2016 9:54 AM Page -5
Weld County Request for Proposal - REP #131600110
Sheriffs Office Investigations Interview Rooms and Recording System
• Addenda to this RFP.
3.3.4 Addenda: Weld County will make a good -faith effort to provide a written
response to each question. All questions and answers will be shared with all
recipients in addenda. All addenda will be posted to the Rocky Mountain E -
Purchasing System (BidNet): http://www.rockymountainbidsystem.com.
Weld County will not respond to any questions or requests for clarification if
received by Weld County after the Technical Questions/Inquiries Deadline
listed in Section 2.4.
Please note the vendor is ultimately responsible for verifying they have received
any / all addenda prior to submitting their proposal.
3.4 Proposal Submission
Vendors are to submit three (3) original, individually bound copies of proposal marked
"Original" along with an electronic copy (CD or USB drive is acceptable) in a sealed
envelope and marked clearly on the outside to:
Weld County Sheriff's Office Investigations Unit
ATTN: Sgt Kevin Halloran
RFP #B1600110 / Sheriff's Office Investigations Interview Rooms and Recording
System
1950 "O" Street
Greeley, CO 80631
RFP Responses must be received at the Weld County Sheriff's Office on or before August
30, 2016 by Noon, MDT. RFP Responses received after this deadline will be immediately
disqualified. BAFO RFP Responses must be received by September 16t1, by Noon,
MDT.
BAFO Responses may be emailed to Kevin Halloran at: khalloran@weldgov.com. Hard
copies are not required for submission.
The electronic copy shall be an EXACT reproduction of the original documents
provided. All sections shall be combined into a single electronic document. For proper
comparison and evaluation, the County requests that proposals be formatted as directed
below. Submittals received that fail to follow this format may be ruled non -responsive.
No faxed or emailed proposals will be accepted.
and may be emailed.)
(Best and Final Offers are an exception,
The Board of County Commissioners and the Evaluation Committee reserve the right to
reject any or all proposals. Any objections to the specifications/requirements as set forth
should be filed in writing prior to the proposal deadline.
Proposal responses will be retained as property of Weld County.
All or a portion of the contents of the proposal of the successful vendor will become part of
any subsequent contractual obligation.
11/4/2016 9:54 AM Page -6
Weld County Request for Proposal -REP #B16001 10
Sheriffs Office Investigations Interview Rooms and Recording System
Proposals should contain a manual signature of an authorized representative of the
responding vendor(s).
Vendors responding to this RFP must be available for presentations and/or interviews. The
Evaluation Committee will evaluate each vendor's written response to the RFP and determine
a short-list of vendors to move forward to the interview stage. The top ranked vendors will be
notified of their interview time with the Evaluation Committee. The project manager and key
individuals working on the project should be the present.
This request is NOT a Bid; therefore, any alternate solutions that meets or EXCEED the
outlined minimum requirements should be submitted for consideration. Weld County is
interested in any and all details of other innovative and original ideas above and beyond
those discussed in this Request for Proposal.
Interested Vendors shall submit deliverables that clearly demonstrate their ability to provide the
services as outlined in the Request for Proposals (RFP). Vendor submittals shall be organized
in the order listed below to facilitate fair and equal evaluation of the responses.
Proposal Format —
1. Cover Letter
2. Table of Contents
3. Vendor Qualifications
Highlight vendor's experience and expertise with Audio -Visual
Equipment
ii. Provide resumes for all project managers and support staff that will be
involved with this project.
iii. Provide certified copy of background check. This can be obtained at any
local law enforcement agency.
iv. List 4 current references:
a. State/Local government or public agencies
b. Projects started within the past 24 months
c. Projects similar in size, application
d. Include a brief project summary and implementation timeframe
e. Include a contact name, position, email address, and current phone
number for each reference.
4. Statement of Work
This is your opportunity to fully describe the solution you are offering. While we
expect there will be additional detail in the contractual SOW, please provide
enough information to allow Weld County to evaluate your proposed
solution/services in comparison to other vendors.
5. Pricing
Note: Weld County is tax exempt and no taxes should be included with your
proposal. Pricing will be used in comparison to other vendors' submittals, and is
required to be presented to the Board of County Commissioners (thus becoming
public record).
11/4/2016 9:54 AM Page -7
Weld County Request for Proposal - RIP #B1600110
Sheriffs Office Investigations Interview Rooms and Recording System
Note that every RFP response MUST contain a GRAND TOTAL based on the
assumptions listed in Section 5. RFP responses without a GRAND TOTAL
will be disqualified.
6. Additional Information
i. If your proposal is based on or in conjunction with a State-wide or
Federal contract, provided additional information about that contract.
ii. List details of any current vendor litigation or litigation within the past 3
years.
iii. Vendor Certification (from Appendix A of this RFP)
iv. Attach vendor's standard contract template.
7 County Responsibilities
Identify all services, etc. that are expected to be provided by Weld County.
8. Financials
Financials — Income statement, Cash Flow statement, and balance sheet for
each of the two most recently completed fiscal years certified by a public
accountant. If publically traded, simply provide a link to SEC filing or corporate
financial information.
Confidential financial information of the vendor should be separated from the
main RFP submittal, clearly denoting in red on the financial information at the top
of the page the word, "CONFIDENTIAL." Vendors are 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.
3.5 Withdrawals of Proposals
Proposals may be withdrawn upon written request to and approval of the Weld County Chief
Information Officer; said request being received from the withdrawing vendor prior to the time
fixed for award. Negligence on the part of a vendor in preparing the proposal confers no right
for the withdrawal of the proposal after it has been awarded.
Vendors are expected to examine the conditions, specifications, and all instructions
contained herein. Failure to do so will be at the vendor's risk.
Vendors shall not stipulate in their proposals any conditions not contained in the instructions
and specifications herein, unless specifically requested by the special instructions attached
hereto. Any proposal which fails to comply with the letter of the instructions and
specifications herein may be rejected.
Late or unsigned proposals shall not be accepted or considered. It is the responsibility of the
vendor to ensure that their proposal arrives in the Weld County Sheriff's Office on or prior to
the Submission Deadline for RFP Responses in Section 2.4.
11/4/2016 9:54 AM Page -8
Weld County Request for Proposal - RFP #B1600110
Sheriffs Office Investigations Interview Rooms and Recording System
When approximate quantities are stated, Weld County reserves the right to increase or
decrease quantity as best fits its needs.
3.6 Criteria for Selection
The evaluation of each response to this RFP will be based on its demonstrated competence,
compliance, format, and organization. The purpose of this RFP is to identify those vendors
that have the interest, capability, and financial strength to supply Weld County with
audio/video recording equipment, installation, trainings, and maintenance service for law
enforcement interview rooms as identified in this RFP.
An Evaluation Committee, comprised of representatives from Sheriff's Office and one or more
Weld County departments, will evaluate all qualifying proposals. All requirements in this RFP
should be satisfied to ensure that the proposal will qualify for consideration. Weld County
desires to receive RFP proposals from vendors who can demonstrate the specified
qualifications described within this RFP. It is the intent of the County to award a contract for
the requested Interview Cameras and Recording System for the Sheriff's Office based on an
evaluation of all qualified proposals.
Because the winning vendor for this RFP will be working in the Sheriff's Office facilities, every
person involved in this project will need to provide a certified copy of a background check.
Background checks can generally be obtained from any local law enforcement agency.
Qualified proposals will be evaluated on the following weighted criteria:
• 30% - Statement of Work / Answers to RFP narrative questions
• 50% - Proposed pricing
• 20% - References, experience, and expertise
Note: All respondents must initially represent themselves solely by their written submittal.
The responses to this Request for Proposals will be reviewed by an Evaluation Committee.
Based upon the Evaluation Committee's findings, phone interviews may be conducted with
the vendors.
3.7 Selection and Notification
Weld County reserves the right to accept or reject any and all proposals, to waive any
informalities or minor irregularities in proposals, and to accept the proposal deemed, in the
opinion of Weld County, to be in the best interest of Weld County.
Weld County is not required to select the proposal with the lowest pricing, but shall take into
consideration which vendor demonstrates the best ability to satisfy the Scope of Work
outlined in the RFP, the ability to service the contract, past experience, financial stability, and
other relevant criteria.
When deemed to be in the best interest of the County, the Weld County Sheriff or the
Director of General Services may request a Best and Final Offer (BAFO) as a part of any
11/4/2016 9:54 AM Page -9
Weld County Request for Proposal -REP #B1600110
Sheriffs Office Investigations Interview Rooms and Recording System
Formal Purchase. Any request for a BAFO should be made following all pertinent
discussions, questions, and all addendums made to clarify full understanding of, and
responsiveness to, the solicitation requirements. If a request for BAFO pricing is made, the
request will only be to those vendors who have submitted qualified proposals. Vendors shall
be accorded fair and equal treatment with respect to any opportunity for discussion and
revision of proposals. All pricing and information shall remain confidential until the successful
proposal is accepted by the Board of County Commissioners.
Best and Final offers shall be requested in writing. The request shall include:
• Notice that discussions are concluded.
• Notice that this is an opportunity to submit a best and final offer.
• A due date for submission of the Best and Final Offer.
After receipt and analysis of final pricing, proposals shall be evaluated by the Evaluation
Committee, who will present their recommendation to the Chief Information Officer (CIO). The
CIO will then present the recommendation to the Weld County Board of Commissioners. The
Commissioners will make the final decision. Written notification will be sent to the winning
vendor(s) via email.
4 Project Overview
4.1 Overview and Product Specifications
Introduction: The Weld County Sheriff's Office is accepting REQUEST FOR PROPOSALS
(RFP's) to upgrade four existing interview rooms. The RFP is to solicit bid proposals to
engage a vendor to provide audio/video recording equipment, administrative software,
installation, training, and maintenance services for Law Enforcement interview rooms. Monies
are budgeted for 2016 (4 rooms). Weld County plans to add more interview rooms, in a
different location, so this solution must allow for expansion in the future.
The intent of this RFP is to award a contract to a responsible vendor whose bid proposal will
conform to the listed specifications and is most advantageous to the County, price, and other
factors.
The following specifications must meet or exceed the upgrading of four interview rooms for
the Weld County Sheriff's Office. Monies are budgeted, and research has indicated the
following specifications are a minimum for accurate recording of suspect, witness, and victim
interviews. Comparable specifications will be reviewed for compatibility.
Vendor must provide pricing for all hardware listed below, plus any cabling or other materials
needed to complete the upgrades. The proposed solution will include the configuration of all
hardware, software and virtual sensors for the entire system as well as installation of all
cameras. The system must be accessible from the County's computer network and
coordination with the Weld County Information Technology team will be required for this
function. The solution must allow all recordings to be downloaded or exported.
11/4/2016 9:54 AM Page -10
Weld County Request for Proposal.- RiP #B1600110
Sheriff's Office Investigations Interview Rooms and Recording System
Product is required to be new. No refurbished, used, previously displayed, or returned -to -
stock equipment will be allowed.
The four interview rooms will be divided into two locations. Both locations will be
completed for 2016. The specifications for this equipment are listed in this attached
document:
For the Best and Final Offer, We are asking for two proposals:
Proposal A:
Please provide software maintenance/upgrades cost for years 2 and 3.
Please provide cost for required specifications of HD digital covert (pinhole) cameras
and lenses. (One wall, one ceiling in each room.)
Please clarify your remote access software. Weld County does not allow the use of
Team Viewer. Please provide another option.
Provide your solutions' compatibility with Windows 7, 8 and 10.
Include Grand Total Pricing.
Proposal B:
Please provide software maintenance/upgrades cost for years 2 and 3.
Please provide cost for required specifications of HD digital covert (pinhole) cameras
and lenses. (One wall, one ceiling in each room.)
Please clarify your remote access software. Weld County does not allow the use of
Team Viewer. Please provide another option.
Provide your solutions' compatibility with Windows 7, 8 and 10.
Removable recording power key switch for interview rooms (instead of a button for on
and off) located outside of the door.
Include Grand Total Pricing.
61600110
Equipment and Soft
11/4/2016 9:54 AM Page -11
Weld County Request for Proposal - RIP #B1600110
Sheriffs Office Investigations Interview Rooms and Recording System
4.2 Weld Technical Specifications
Weld County's overall IT environment is set-up as follows:
Server Hardware
Cisco UCS
Server Operating
Systems
VM Servers, Microsoft Server 2012 R2
San Infrastructure
EMC, FCOE
PCs/Laptops
Dell, Microsoft Surfaces, HP Elitebooks
PC/Laptop/Tablet
Operating System
Win7, Win8, Win10, Apple IOS
Network Protocol
TCP/IP
Web Browser
IE 8-11, Chrome, Firefox
Email/Calendar
Microsoft Outlook Exchange
Database
SQL Server:
Microsoft SQL Server 2012 (SP2)
Microsoft SQL Server 2014 (SP1)
Oracle 12C
Anti -Virus
Trend Micro
Printers
File Shares
Canon MFPs, HP
Windows Print Service
VPN Access
Fortinet
11/4/2016 9:54 AM
Page -12
Weld County Request for Proposal- RIP #B1600110
Sheriff's Office Investigations Interview Rooms and Recording System
Account Management
Microsoft Active Directory
Backup System
EMC Avamar
Mobile Devices
Dell Laptops, MS Surfaces, iPads, iPhones, Droids, HP
Elitebooks
5 Budget & Estimated Pricing
All vendors must fill out the following cost breakdown for the implementation of their solution for
Weld County's project as described in this RFP. The vendor must agree to keep these prices
valid for six months past the Submission Deadline for RFP Responses in Section 2.4.
Note: Weld County is tax exempt and no taxes should be included in your proposal.
Use the Microsoft Excel workbook, embedded in section 4.1, to submit your pricing proposal, and
put in your RFP response. Please complete the pricing in areas where you are proposing your
services.
Vendor pricing proposals should be stated and returned in Excel workbook from section
4.1 above.
Please complete all tabs in the Excel workbook: Southwest Substation, Interview Room 1,
Interview Room 2, Southeast Substation, Interview Room 3 and Interview Room 4.
TERMS AND CONDITIONS — Please include your terms and conditions of sale.
6 Additional Terms & Conditions
6.1 Personal Information
6.1.1 General
Depending on the circumstances, Weld County may require information related to the
qualifications and experience of persons who are proposed or available to provide
services. This may include, but is not limited to, resumes, documentation of accreditation,
and/or letters of reference. The vendor should not submit as part of its Response any
information related to the qualifications, experience of persons who are proposed or
available to provide services unless specifically requested. Unless specifically requested,
any such information, whether in the form of resumes or other documentation, will be
11/4/2016 9:54 AM Page -13
Weld County Request for Proposal - RFP #B1600110
Sheriffs Office Investigations Interview Rooms and Recording System
returned immediately to the vendor. Weld County will treat this information in accordance
with the provisions of this section.
6.1.2 Requested Personal Information
Any personal information that is requested from each vendor by Weld County shall only
be used to consider the qualified individuals to undertake the project/services and to
confirm that the work performed is consistent with these qualifications. It is the
responsibility of each vendor to obtain the consent of such individuals prior to providing
the information to Weld County. Weld County will consider that the appropriate consents
have been obtained for the disclosure to and use by Weld County of the requested
information for the purposes described.
6.2 Non -Disclosure Agreement
Weld County reserves the right to require any vendor to enter into a non -disclosure
agreement.
6.3 Costs
The RFP does not obligate Weld County to pay for any costs, of any kind whatsoever, which
may be incurred by a vendor or any third parties, in connection with the Response to this
RFP. All Responses and supporting documentation shall become the property of Weld
County, subject to claims of confidentiality in respect of the Response and supporting
documentation.
6.4 Intellectual Property
The vendor should not use any intellectual property of Weld County including, but not limited
to, all logos, registered trademarks, or trade names of Weld County, at any time without the
prior written approval of Weld County, as appropriate.
6.5 Vendor's Responses
This Request for Proposal, submitted documents/proposals, and any negotiations, when
properly accepted by Weld County, shall constitute a contract equally binding between the
vendor and County. Any and all verbal communications and/or commitments made during
the negotiation process that are deemed agreeable to both parties shall be submitted in
written format and made part of any resulting contract. No different or additional terms shall
become a part of this contract with the exception of an Amendment.
Any vendor which submits in its proposal to the County any information which is determined
to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified
from consideration.
All accepted Responses shall become the property of Weld County and will not be returned.
Confidential financial information of the vendor should be transmitted separately from the
main RFP submittal, clearly denoting in red on the financial information at the top of the page
the word, "CONFIDENTIAL." Vendors are 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.
11/4/2016 9:54 AM Page -14
Weld County Request for Proposal - RIP #B1600110
Sheriffs Office Investigations Interview Rooms and Recording System
6.6 Governing Law
This RFP and the Vendor's Response shall be governed by United States federal laws,
Colorado state laws, and the Weld County Home Rule Charter.
The successful vendor certifies that it shall comply with the provisions of C.R.S. § 8-17.5-101,
et seq. The successful vendor shall not knowingly employ or contract with an illegal alien to
perform work under the contract or enter into a contract with a subcontractor that fails to
certify to the successful vendor that the subcontractor shall not knowingly employ or contract
with an illegal alien to perform work under the contract. The successful vendor represents,
warrants, and agrees that it: (a) has verified that it does not employ any illegal aliens, through
participation in the Basic Pilot Employment Verification Program administered by the Social
Security Administration and Department of Homeland Security, and (b) otherwise will comply
with the requirements of C.R.S. § 8-17.5-102(2)(b). The successful vendor shall comply with
all reasonable requests made in the course of an investigation under C.R.S. § 8-17.5-102 by
the Colorado Department of Labor and Employment. If the successful vendor fails to comply
with any requirement of this provision or C.R.S. § 8-17.5-101, et seq., Weld County may
terminate the contract for breach and the successful vendor shall be liable for actual and
consequential damages to Weld County. Except where exempted by federal law and except
as provided in C.R.S. § 24-76.5-103(3), if the successful vendor receives federal or state
funds under the contract, the successful vendor 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 the successful vendor 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.
The successful vendor shall indemnify and hold harmless Weld County against all claims for
royalties, for patents or suit for infringement thereon, which may be involved in the
manufacture or use of the material to be furnished.
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.
Independent Contractor: The successful vendor 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 vendor nor any agent or employee thereof shall be deemed to be an
agent or employee of Weld County. The successful vendor and its employees and agents
are not entitled to unemployment insurance or workers' compensation 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 vendor and its employees and agents only if such coverage is
made available by the successful vendor or a third party. The successful vendor shall pay
when due all applicable employment taxes and income taxes and local head taxes (if
applicable) incurred pursuant to the contract. The successful vendor shall not have
authorization, express or implied, to bind Weld County to any agreement, liability or
11/4/2016 9:54 AM Page -15
Weld County- Request for Proposal - REP #B1600110
Sheriff's Office Investigations Interview Rooms and Recording System
understanding, except as expressly set forth in the contract. The successful vendor 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.
Compliance with Law: The successful vendor 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.
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.
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.
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 or 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 under the contract shall be
an incidental beneficiary only.
Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the
successful vendor, 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 vendor.
Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit responses 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.
6.7 Insurance Requirements
General Requirements: Contractors/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.
Contractors/Contract Professionals shall keep the required insurance coverage in force at all
times during the term of the Agreement, or any extension thereof, during any warranty period,
and for three (3) years after termination of the Agreement. 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 Director of General Services by certified mail, return receipt requested.
Such written notice 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
11/4/2016 9:54 AM Page -16
Weld County Request for Proposal - RIP #B1600110
Sheriff's Office Investigations Interview Rooms and Recording System
policy is in excess of a deductible or self -insured retention, County must be notified by the
Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for
the payment of any deductible or self -insured retention. County reserves the right to require
Contractor/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 coverages
specified in this Agreement are the minimum requirements, and these requirements do not
decrease or limit the liability of Contractor/Contract Professional. Contractor/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.
Types of Insurance: Contractor/Contract Professional shall obtain, and maintain at all times
during the term of any Agreement, insurance in the following kinds and amounts:
a. Workers' Compensation Insurance as required by state statute, and Employer's Liability
Insurance covering all of Contractor's Contract Professional's employees acting within the
course and scope of their employment.
b. Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93
or equivalent, covering premises operations, fire damage, independent Contractors, products
and completed operations, blanket contractual liability, personal injury, and advertising
liability with minimum limits as follows:
i. $1,000,000 each occurrence;
ii. $2,000,000 general aggregate;
iii. $2,000,000 products and completed operations aggregate;
iv. $50,000 any one fire; and
v. $500,000 errors and omissions.
Automobile Liability: Contractor/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.
Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each
claim, and $2,000,000 aggregate limit for all claims
e. Additional Provisions:
Policies for all general liability, excess/umbrella liability, liquor liability and pollution
liability must provide the following:
If any aggregate limit is reduce by twenty-five percent (25%) or more by paid or
reserved claims, Contractor shall notify County within ten (10) days and reinstate the
aggregates required;
ii. Unlimited defense costs in excess of policy limits;
11/4/2016 9:54 AM Page -17
Weld County Request for Proposal - RI:P #B 1600110
Sheriff's Office Investigations Interview Rooms and Recording System
iii. Contractual liability covering the indemnification provisions of this Agreement;
iv. A severability of interests provision;
v Waiver of exclusion for lawsuits by one insured against another;
vi. A provision that coverage is primary; and
vii. A provision that coverage is non-contributory with other coverage or self-
insurance provided by County.
For all general liability, excess/umbrella liability, liquor liability, pollution liability and
professional liability policies, if the policy is a claims -made policy, the retroactive date must
be on or before the contract date or the first date when any goods or services were provided
to County, whichever is earlier.
Contractors/Contract Professionals shall secure and deliver to County's Risk Administrator
("Administrator") 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 Request for Proposal.
Proof of Insurance: County reserves the right to require Contractor/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, Contractor/Contract Professional's insurer shall name
County as an additional insured.
Waiver of Subrogation: For all coverages, Contractor/Contract Professional'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 Contractor/Contract Professional. Contractor/Contract Professional 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. Contractor/Contract Professional agrees to provide proof of insurance for all such
subcontractors, independent contractors, sub -vendors suppliers or other entities upon
request by the County.
6.8 No Liability
Weld County shall not be liable to any vendor, person, or entity for any losses, expenses,
costs, claims, or damages of any kind:
• Arising out of, by reason of, or attributable to, the vendor responding to this RFP; or
11/4/2016 9:54 AM Page -18
Weld County Request for Proposal - RFP #B1600110
Sheriffs Office Investigations Interview Rooms and Recording System
• As a result of the use of any information, error, or omission contained in this RFP
document or provided during the RFP process.
6.9 Entire RFP
This RFP, any addendum to it, and any attached Appendices, constitute the entire RFP.
11/4/2016 9:54 AM Page -19
Feld County Request for Proposal -REP #B1600110
Sheriff's Office Investigations Interview Rooms and Recording System
Appendix A: Vendor Certification
This certification attests to the vendor's awareness and agreement to the content of this RFP and
all accompanying calendar schedules and provisions contained herein.
The vendor must ensure that the following certificate is duly completed and correctly executed by
an authorized officer of your company.
This proposal is submitted in response to RFP #B1600110 issued by Weld County. The
undersigned is a duly authorized officer, hereby certifies that:
(Vendor Name)
agrees to be bound by the content of this proposal and agrees to comply with the terms,
conditions, and provisions of the referenced RFP and any addendum thereto in the event of an
award. Exceptions are to be noted as stated in the RFP. The proposal shall remain in effect for a
period of 6 months.
The undersigned further certify that their firm (check one):
IS
IS NOT
currently debarred, suspended, or proposed for debarment by any federal entity. The
undersigned agree to notify Weld County of any change in this status, should one occur, until
such time as an award has been made under this procurement action.
Person[s] authorized to negotiate on behalf of this firm for purposes of this RFP are:
Name: Title:
Signature: Date:
Name:
Signature:
Signature of Authorized Officer:
Title:
Date:
Name: Title:
Signature: Date:
11/4/2016 9:54 AM Page -20
I
Vendor Notes
Total Line Item
Brand Name of Cost
Equipment (Quantity*Cost
Cost Per Item Recommended Per Item)
0
0
O
to
0
0
O
to
0
0
o
to
0
O
O
69
0
0
o
tR
0
0
O
69
0
0
O
69
0
0
o
to
0
0
o
tH
0
0
O
to
0
0
o
tR
0
0
O
to
p
O
O
ei
0
0
O
to
0
0
o
69
0
0
o
69
0
0
o
t»
0
0
o
64
0
0
0
69
0
0
0
try
0
0
0
t»
0
0
0
t»
0
0
O
69
0
0
O
t»
0
0
O
t»
GRAND TOTAL*
Quantity
(Specify
Required
Amount)
r
f
Qi
N—
to
O
a
O
V
CL
1-o
O
Q'
G)
Z
Ccn
—ix
C
a
C
7
o
E
m
3
-c
V.
Q
m
E
m
c
0
7
,-0„
c
C
—
v
0
>
0
U
al)
o
m
E
m
c
o•
7
m
GC
I
o
0
E
0)
=_
Q)
0
C
r
C UO
L o
a
o
a)
E co
m 8
cc°D
r k3 .E
I U
E
a) C N
=~ E c
"' N m N
— c n Q c
c o l 0
7
Lis con ac
o. 0 o m
c a m C 0 L
y ozi o N m
N 0 L c E
m o w c? m m
C L (/i U
4.1(t3 If)
CI)
� Z 0 j 5 C
N 7 C L- m
7 N
L p v O
II a m a) o
a> > 2 m -
rn a a� E o 3
'N U O 'p m m
.o ID m >.iji ° m
c —>' "-0' 3 0 0. 0
E ° no a0i
0 c 0 E
2 a) E °' t n o
(/) a
g — E
N
a� Q 0 0
0
p a E N
.Co CO co
scow •a,0
a o oo m'
t c wCe) c
= 0 0—
; 0
7 -CV)
RI O CU N
_� 0 CO
(V 0 0 0
a
a' '0 OL
0° c
cu
r °' -0 L
> n.IC:7) E
oU C a U X
.. c o= in
= aa) a Q o
E 0 a0`�
m E 00 a-
> J U N 0
a)
o)
Cu— a
Q N
cn 0 0
c C E o
CC m
co
0 o0 >
n o ,� m
C O c
a? -
:EV) (0
« CO N
-0 0 0 0
m 0 0 0
d•
t O
`m ai c a
E 0) -n Cu
v tco v0i E
C 0' n 0 X
> 3 0 in
co 5 0 Q o
c 0 ma.
a E 0 n
O a U 0 U
Microphone interface is a single zone POE in -line
interface designed to extracts power from an
Ethernet connection. Interface provides standard line
level to IP camera and has adjustable audio gain. Utilizes
standard 3.5mm audio connector.
(Face Plate Microphone) Wall mount omni-directional,
low impedance, microphone with built-in preamp for
producing line level output.
Key/Button/switch with LED indicator to start/stop
recordings located on outside of door Terminated to IP
camera (Key option most preferable)
is Year warranty included on all products
Any special setup or one-time charges (please detail
on a separate sheet)
Additional Costs I
*We need a final Grand Total of all estimated costs based
on the assumptions listed above. Res onses without this
total will be disqualified.
i
Vendor Notes
E
a)
O
O
� U
a) C to :TD -
13 DM
45 0 _co_
O U) +.. _
c .C `
0
° o n
c
N tn a) U)
E o
ZI-- > a0n
Q
1—
O
I-
a
z
(9
U)
cnQ)
U)
o
U O
a
v 0
a) a)
E a-
m no'
m (13 a)
o w
m
0
I-
c
cU
O
C
v
cn
c a
o a)
a_O
EE
OTo
cu I
Vendor Notes
E
a)
N
o
U
E
>,
= L
ca
U
o -a
a)
c
w
z aE
D-0
m w
a)
CO te
a)
O
o) U
o
41. o g
z i=
• _ a)
O N
• J a
m O
N
0.i
Co e v
I. O
toteui
C CD
I- O
U
V)
O
O
O
Eft
O
O
0
O
O
O
O
0
Q Y
CO
u)
w U
O CO o co
u� a o
L
m
O a)
c40
O
L O O
C)
= Z p o
L
O O Q.
> a 2 -c
)
cn ° O Q
Q
L
c • C Q as
O O
cT
1 o -U
O a) 2
Q cc
D
aa)
.
a) C13 u)
C
CO o
C O C a)
E .5
L > OU
_ do a O
C • o J.= �
a >
c aa)i a E
t
E to C
ci)Q)
y -o o
as
•
> C C H
O o
U
N C
C U C ci)
a0 2 a)
-O
aw o ->
C LC) E O
W O .( 0_
L
C
E
C O
4-
c13
• c CO
t C a)
CT L
CO 0)
Q L Q)
• a3 -o
O L w
• >
O -O O
Q Lffl 1E
U �
O 3 Q)
U O7
• C C
a) E .o
c a.
W v
O co
c o
CO C
1O
(O 0)
n
a)
O >
a)
u)
a) a)
E E
U E fA
W L L O
O
-a s
a,
CB C C i�
3 a) a)
a O C Lint (73 8 fa
a
E c
(1) 4_ OO
)
C o w O
al CD O
L a
.O
4S
ca
O
O
co
d
Q
N
E
o
0
69
oo
0o
��
0
o
V>
0
0
0
EA
00
00
00
El,
te3
Audio -Visual Software for viewing live events,
recording and storing video content, playback and
management of content and managing of users, rights
and permissions. Live viewing supports unlimited client
access using all major browsers including tablets and
phones, marker creation, PTZ Control, and talkback.
Recording features include full HD video support,
custom data fields (templates) assigned per user
group, full featured scheduler with meta data support,
push button recording, standard MP4 video format
utilizing h.264 compression. Management & Review
features include simple search and retrieval, video
streaming for quick access to content, marker creation
and clipping tool in playback, uploading of external
content, complete management of user rights and
permissions, video retention by group, full encryption
of all content, and robust audit trail.
Any special setup or one-time charges (please
detail on a separate sheet)
Additional Costs
(GRAND TOTAL*
Total Line Item
Brand Name of Cost
Equipment (Quantity*Cost
Recommended Per Item)
$0.00
o
03
0
I
0
609
0
EA
0
0
669
0
VI
0
0
0A
0
069
0
0
VI
609
EA
Cost Per Item
0
60
9
00
Ea
0
O
ER
00
6
�-
0
O
ER
0
0
9)
0
0
6
69
0
0
93
0
0
0
69
0
0
0
3-
0
0
0
(R
0
O
93
(Tunowv
pa.linbaj
AjiaadS)
A}ifueno
r
r
Interview Room 3: Proposed Item
High Resolution Camera (1080p) with wall mount (Pin
hole)
High Resolution Camera (1080p) covert ceiling
High quality microphone: 1 covert ceiling mount for
clear, accurate audio recordin
Main Unit designed for use with a sensor unit in
extremely discreet video surveillance applications. The
main unit can be installed in a sheltered area up to 12 m
(39 ft.) away from a sensor unit, which can be placed in
tight places, indoors or outdoors. Sensor options must
be compatible with Wide angle camera and Mini
Dome camera.
Wall mount covert camera head with pinhole lens.
Large viewing angle. Video Resolution 1080p. All
cameras proposed shall be capable of 30 frames per
second. All cameras proposed shall have a zoom
ca acit of 5X.
Ceiling covert camera head with pinhole lens. Large
degree viewing angle. Video Resolution 1080p. All
cameras proposed shall be capable of 30 frames per
second. All cameras proposed shall have a zoom
ca aci of 5X.
Microphone interface is a single zone POE in -line
interface designed to extracts power from an
Ethernet connection. Interface provides standard line
level to IP camera and has adjustable audio gain.
Utilizes standard 3.5mm audio connector.
(race Plate Microphone) Wall mount omni-directional,
low impedance, microphone with built-in preamp for
producing line level output.
Key/Button/switch with LED indicator to start/stop
recordings located on outside of door. Terminated to
IP camera. (Key option most preferable)
3 Year warranty included on all products•
Any special setup or one-time charges (please detail
on a separate sheet)
a4
Cl)
0
U
cv
a
0
E
a
a
.Q
E
4-a O
U
a'i4 E
C Z'
J O
U c WcO
401 a
a
O 'C
CD c
Z a E
• a- O
CO W C)
to
E
C)
a
O
O
E
O
S
GRAND TOTAL
` U
L O C (n 75
.C O 'C c3 L a
O o ;.. _
/11 � C L L
a) D3oo0co
-s C o o a
s311€3- QooEE-2
O
a)E�o
z i—o co) > a0 _a 2
U)
N O
U)
o o
U O
a
O N
r- cC
N >
O O
-o
ca CO a)
o a
3
.-
I- rn
o
C an
— U
CU�
C m
L a) o
ca o -
0.O C
C 'a 5
O
n 3
I
Vendor Notes
E
1; o
U
4-•
E
us
_C ,-' 4'
JU o c a.
�
sa
0 -O
as
m � � co Z aE
c0-0
�w a)
m CL
E
a)
I
Qi
N
Q
0
a
0
a)
IE
C
0
0
Eft
J
H
O
I —
a
Z
13
16 O C
V O - CU
C O N
in in
c
N O
Lao 0 U)i
.
.. .— N a)
c�
w c0 O
ow
E C
Z H o >
(ti
J
L
N•••-•••
+L-, ,
c o a
0
*�, rn
3 E O p
O w
aUn
U)
O O
U
C
CU N X
f�
E
fi
O n
To O N
o�-
0
C an
E_
cvu)i
ccw O
O c
C
m O
wco .J
3
INTELLIGENT
VIDEO SOLUTIONS
EXHIBIT B
Statement of Work
Prepared For
Weld County Sheriff's Office
Investigations Interview
Rooms Video Recording Solution
Submitted By
Intelligent Video Solutions, LLC
1265 E. Wisconsin Ave, Ste. A
Pewaukee, WI 53072
November 2"d, 2016
INTELLIGENT
VIDEO SOLUTIONS
I
Introduction
The following statement of work is being provided following notification by Weld County on October
13111, 2016 that the proposal submitted by IVS for Weld County RFP B16001 10 has been accepted by the
County. This statement of work details the equipment and services that is to be provided by IVS.
Scope of Work
Intelligent Video Solutions will provide and install a total of two VALT appliances, eight covert IP video
cameras, and four microphones. One appliance, four cameras and two microphones each will be installed
at the two specified police substations. A VALT certified technician will mount, install, and configure all
equipment. Additionally, a VALT certified technician will provide onsite training in usage of the VALT
software at the time of installation. Three years of software maintenance and upgrades are included with
purchase.
Period of Performance
Intelligent Video Solutions will coordinate installation of all equipment with Weld County Government.
All work will be performed on the dates agreed upon by both parties.
Place of Performance
Intelligent Video Solutions will preconfigure all equipment and ship it to:
Weld County Sheriffs Office Investigations Unit
ATTN: Sgt Kevin Halloran
RFP #B16001 10 / Sheriff's Office Interview Rooms and Recording System
1950 "O" Street
Greeley, CO 80631
Installation of the equipment and final configuration will be performed on site at the following locations:
2950 9th Street Fort Lupton, CO 80621
4209 Weld County Rd. 241/2 Longmont, CO 80504
Delivery from the Greeley office to Fort Lupton and Longmont office will be determined by Weld
County.
Work Requirements
IVS Responsibilities
Project Management
STATEMENT OF WORK - WELD COUNTY
2
INTELLIGENT
VIDEO SOLUTIONS
Intelligent Video Solutions will designate a project manager to be the single point of contact for
the customer and will coordinate delivery of all products and execution of all professional
services as detailed in the IVS quotation for this project.
Pre -Configuration Services
Intelligent Video Solutions will pre -configure video appliance and cameras with customer
supplied IP information and necessary set up requirements at the IVS configuration center in
Pewaukee, Wisconsin minimizing work on -site.
IVS will stage all equipment and consolidate all components of the solution and ship the
complete solution to Weld County Government.
Field Installation Services
Intelligent Video Solutions will provide technicians to install the necessary hardware and cabling
to complete the solution as outlined in the quotation.
Field installation services include:
• Run cable for microphones and terminating microphones to audio interface device.
• Connecting and configuring audio interface device and setting up audio levels.
• Install cameras and connect cameras to network. Focus cameras if required.
• Connect and terminating audio from audio interface to camera.
• Label cameras with IP address if desired
Field Engineering/Training Services
Intelligent Video Solutions will provide an engineer to custom configure the Valt software to
meet the specific needs of the customer. Included in the set up and configuration of the head end
is the following:
• Entering IP camera information into the software and name cameras according to
customer desired room names or camera ID's.
• Working with the customer to develop custom fields associated with each camera and
configuring user templates for those fields.
• Working with the customer to define user groups and defining appropriate rights and
access requirements for each group.
• Setup of applicable users accounts.
• Testing configuration and insuring software and all hardware is configured and working
as specified.
• Test and confirm all cameras are communicating on network
• Test Audio levels in each interview room.
• Test key switch recording is working properly
• Confirm cameras are focused and positioned properly
• Confirm user groups rights are created and working properly
STATEMENT OF WORK - WELD COUNTY
INTELLIGENT I*
VIDEO SOLUTIONS
• Confirm users are able to log into the software from their workstations
• Test recording of all cameras.
• Test playback of all cameras
• Confirm date and time is set on server.
• Training the end users on the client software.
• Training administrators on the set up and configuration of administrative portions of the
solution.
Documentation
IVS will provide a system diagram on installation prior to installation and will work with IT to
create a diagram for their records.
Installation, Training and configuration documents and videos may be found at
www.ipivs.com/wiki
Weld County Government Responsibilities
Pre Installation
• Provide site diagram to IVS.
• Install network drop for each camera to be installed.
• Configure network / vlans for server and cameras.
• Configure any internal firewalls to allow communication between the servers, cameras,
and clients.
• Identify location / space for server appliances
• Provide instructions for IP settings on cameras and servers.
• Provide IVS with user data templates (this can be done on site if required)
• Ensure users workstations have flash components installed in browser.
Installation
• Provide parking pass and access to site along with any keys / access information
• Provide guest user internet access if possible
• Provide workstation access to camera 1P's
• Provide training location for staff and insuring it has access to video system
• Conduct final walk through with IVS
Milestones
• Acceptance of Statement of Work/Issuing of Purchase Order
• VALT Installation Conference Call including members from Weld County Information
Technology and Weld County Sheriffs Office
• Pre -configuration of Equipment at IVS
STATEMENT OF WORK - WELD COUNTY
INTELLIGENT 1;
VIDEO SOLUTIONS
• Equipment shipped to Weld County Government
• Installation of Equipment at Location 1
• Installation of Equipment at Location 2
• Training of End Users
Acceptance Criteria
I
Upon completion of installation of all equipment by Intelligent Video Solutions, a final walk through will
be conducted with a designee of Weld County Government. This designee will be responsible for
accepting that installation of all equipment has been completed to their satisfaction. Additionally, this
individual will be responsible for reviewing the configuration of the VALT software, and accepting the
configuration.
STATEMENT OF WORK - WELD COUNTY
Intelligent Video Solutions
1265 E Wisconsin Ave
Suite A
Pewaukee, WI 53072
(855) 229-9699
sales@ipivs.com
http://ipivs.com
INTELLIGENT
VIDEO SOLUTIONS
Address
Kevin Halloran
Weld County Colorado
1551 N. 17th Ave.
Greenley, CO 80631
Quote
Date
Quote #
08/04/2016
1609 131545KM
Exp. Date
03/31/2017
Item Description
Quantity Price
Amount
10011 T4X07S
• Southeast Substation - 2 Interview Rooms - 2 Covert Cameras for each room - 1 wall mount camera
and one ceiling mount camera. Location - 2950 9th Street Fort Lupton, CO 80621
• MidTower Video Appliance without Storage: Ubuntu Server OS, Single Xeon Processor, Dual
Network Cards, 16GB RAM, RAIDI OS Mirror, RAIDS Storage , Supports up to 15 Cameras, Add
up to 4 Storage Drives. 3 Year Warranty
15011 2TBSA • 2TB Enterprise Class 7200RPM SATA Drive. 3 Year Warranty.
53012 WOW • Wowza Media Server - Perpetual Software License - Enterprise video streaming engine that enables
up to 500 concurrent video streams to be viewed/watched simultaneously. Provides RTMPS for real
time video encryption. Enables cross browser compatibility and video streaming which delivers a high
quality user experience. Transcodes video stream from industry standard IP cameras to MP4 standard
container allowing for immediate viewing/downloading of content.
1
4
I
53010 VALT1 S • VALT Software Standard License: AV Software for viewing live events, recording and storing video 4
content, playback and management of content and managing of users, rights and permissions. Live
viewing supports unlimited client access using all major browsers including tablets and phones,
marker creation, FEZ Control, and talkback. Recording features include full HD video support,
custom data fields (templates) assigned per user group, full featured scheduler with meta data support,
push button recording, standard MP4 video format utilizing h.264 compression. Management &
Review features include simple search and retrieval, video streaming for quick access to content,
marker creation and clipping tool in playback, uploading of external content, complete management of
user rights and permissions, video retention by group, full encryption of all content, and robust audit
trail. For more information visit http://ipivs.com/products/#valt
21001 F4IMU
21005 F1025
• AXIS F41 Main Unit is designed for use with an AXIS F sensor unit in extremely discreet video
surveillance applications. The main unit can be installed in a sheltered area up to 12 m (39 ft.) away
from a sensor unit, which can be placed in tight places, indoors or outdoors. Sensor options include
FI005 Wide angle camera, F1015 Variafocal cameras and F4005 Mini Dome camera.
Mfr. Warranty - 3 Year Limited Product Warranty; I Year Limited Hardware Warranty.
• AXIS F 1025 covert camera head with pinhole lens for use with F41MU. 92 degree viewing angle.
Video Resolution 1080p.
Mfr. Warranty - 3 Year Limited Product Warranty; 1 Year Limited Hardware Warranty.
Continue to the next page
Intelligent Video Solutions
4
4
3,895.00
280.00
1,595 00
1,495.00
449.00
269.00
3,895.00
1,120.00
1,595.00
5,980.00
1,796.00
1,076.00
Page 2 of 3
Item Description
40011 IFPXO
Quantity Price Amount
41003 WAMIC
55001
VALTBN
95010 HRINS
95017 TRAVL
10011 T4X07S
15011 2TBSA
53012 WOW
53010 VALTIS
21001 F41 MU
21005 F1025
40011 IFPX0
• Microphone interface is a single zone POE in -line interface designed to extracts power from an
Ethernet connection. Interface provides standard line level to IP camera and has adjustable audio gain.
Utilizes standard 3.5mm audio connector.
Mfr. 2 Year Product Warranty
• (Face Plate Microphone) Wall mount omni-directional, low impedance, microphone with built-in
preamp for producing line level output.
Mfr. 2 Year Product Warranty
• VALT - Key Switch with LED indicator to start/stop recordings. Terminated to I P camera.
IVS 3 Year Hardware Warranty
• Hourly Installation charges. Install services include physically mounting devices in room such as
camera, microphone and audio interface and cabling and terminating audio equipment. Customer is
responsible for IP network drop and supplying network switch unless quoted and specified by IVS.
• (Travel) Travel to customer site
• Location #2 Southwest Substation 2 Interview room with 2 covert cameras in each room. (Location -
4209 Weld County Rd. 241/2 Longmount, CO 80504)
• MidTower Video Appliance without Storage: Ubuntu Server OS, Single Xeon Processor, Dual
Network Cards, 16GB RAM, RAID1 OS Mirror, RAIDS Storage , Supports up to 15 Cameras, Add
up to 4 Storage Drives. 3 Year Warranty
• 2TB Enterprise Class 7200RPM SATA Drive. 3 Year Warranty.
• Wowza Media Server - Perpetual Software License - Enterprise video streaming engine that enables
up to 500 concurrent video streams to be viewed/watched simultaneously. Provides RTMPS for real
time video encryption. Enables cross browser compatibility and video streaming which delivers a high
quality user experience. Transcodes video stream from industry standard IP cameras to MP4 standard
container allowing for immediate viewing/downloading of content.
2
2
2
30
12
1
4
1
• VALT Software Standard License: AV Software for viewing live events, recording and storing video 4
content, playback and management of content and managing of users, rights and permissions. Live
viewing supports unlimited client access using all major browsers including tablets and phones,
marker creation, PTZ Control, and talkback. Recording features include full HD video support,
custom data fields (templates) assigned per user group, full featured scheduler with meta data support,
push button recording, standard MP4 video format utilizing h.264 compression. Management &
Review features include simple search and retrieval, video streaming for quick access to content,
marker creation and clipping tool in playback, uploading of external content, complete management of
user rights and permissions, video retention by group, full encryption of all content, and robust audit
trail. For more information visit http://ipivs.com/products/#valt
• AXIS F41 Main Unit is designed for use with an AXIS F sensor unit in extremely discreet video
surveillance applications. The main unit can be installed in a sheltered area up to 12 m (39 ft.) away
from a sensor unit, which can be placed in tight places, indoors or outdoors. Sensor options include
F1005 Wide angle camera, F1015 Variafocal cameras and F4005 Mini Dome camera.
Mfr. Warranty - 3 Year Limited Product Warranty; I Year Limited Hardware Warranty.
• AXIS F1025 covert camera head with pinhole lens for use with F4I MU. 92 degree viewing angle.
Video Resolution 1080p.
Mfr. Warranty - 3 Year Limited Product Warranty; I Year Limited Hardware Warranty.
• Microphone interface is a single zone POE in -line interface designed to extracts power from an
Ethernet connection. Interface provides standard line level to IP camera and has adjustable audio gain.
Utilizes standard 3.5mm audio connector.
Mfr. 2 Year Product Warranty
Continue to the next page
4
4
2
365.00
205.00
99.00
100.00
250.00
3,895.00
280.00
995.00
1,495.00
449.00
269.00
365.00
730.00
410.00
198.00
3,000.00
3,000.00
3,895.00
1.120.00
995.00
5,980.00
1,796.00
1,076.00
730.00
Intelligent Video Solutions
Page 3 of 3
Item Description
Quantity Price Amount
41003 WAMIC • (Face Plate Microphone) Wall mount omni-directional, low impedance, microphone with built-in
preamp for producing line level output.
Mfr. 2 Year Product Warranty
55001
VALTBN
95010 HRINS
• VALT - Key Switch with LED indicator to start/stop recordings. Terminated to IP camera.
IVS 3 Year Hardware Warranty
• Approximate Hourly Installation charges. Install services include physically mounting devices in
room such as camera, microphone and audio interface and cabling and terminating audio equipment.
Customer is responsible for IP network drop and supplying network switch unless quoted and
specified by IVS. Does not include Travel
2
205.00
2 99.00
410.00
198.00
30 100.00 3,000.00
90017 ESM2 • I Year of Extended Software Assurance & Maintenance. Provides access to updates and upgrades. 3 1,500.00 4,500.00
Unlimited phone support. 10-25 camera licenses. One year of support and maintenance is included
with purchase. Price per year is $1,500.00 and may be purchased in the year it is required.
• Remote Support - IVS has used numerous remote support options to support our customers
depending upon the customers environment. Options include - webex, joinme, skype, logmein etc. For
remote support IVS needs control of a users workstation that is connected to the valt server or provided
a VPN connection to the server.
• Valt runs in a Web browser and is compatible with Windows 7,8 and 10
Estimate does not include any applicable sales tax that may be due.
Accepted By Accepted Date
Intelligent Video Solutions
Total
$46,500.00
MEMORANDUM
bo/a
TO: Esther Gesick, Clerk to the Board October 10th, 2016
FROM: Kevin Halloran, Investigations Sergeant — Sheriff's Office
SUBJECT: B1600110 Investigations Interview Rooms and Recording
System
BOCC Present Date: October 12th, 2016
RFP responses were received and opened on September 20, 2016 for bid B1600110
regarding the interview room recording equipment for the Southeast and Southwest
substations. Four (4) bids were received ranging from $28,406.00 to $49,860.00.
Attached is the bid tabulation for your information.
Two RFP responses were disqualified for not meeting the necessary specifications. The
specifications are essential for quality recording, functionality, and security. Precise
Digital offered analog cameras though the RFP specifications required HD cameras.
ANM, the second disqualified vendor, failed to meet the RFP requirement of two
separate servers, necessary for functionality and security.
Sheriff's Office representatives worked with the Information Technology staff and
reviewed all of the RFP responses. After reviewing the required specifications and bid
responses, Intelligent Video Solutions (IVS) from Pewaukee, WI proposed the lowest
cost solution at $46,500.00. IVS is the lowest of the two qualified RFP responses.
Based on the above information, I recommend the Board award B1600110 to Intelligent
Video Solutions (IVS), for a total cost of $46,500.00.
aoK -s°4
6s566s7-
O
U
C
d
O
O cor
N O Y
a)Q co
L_c)
O
>, p N
TU
) O
N
L
O • o
Y O
-1O ca C
5-Q.
E
U)
C
co
co
0
0
a)
a)
C co
N zs
up
N O
co
O
no s) co N
N • = O N N
O 00 1- Or.
t -z; c_Ct L
O
n U1 O 2
0)> U)r Qr
cucn *WO
W
W F'
O W O
.. Z >
O WccOWO
W M Q Z U)
Notes
Disqualified — proposal didn't
meet requirements (analog
cameras)
Disqualified — proposal didn't
meet requirements (only 1
server instead of 2)
Total Bid Amount
$28,406.00
$46,500.00
$48,176.44
O
O
0
O
co
O)
te
Vendor Name
Address
Precise Digital
28807 Stormcloud Pass
Wesley Chapel, FL 33543
Intelligent Video Solutions
1265 E Wisconsin Ave Ste A
Pewaukee, WI 53072
ANM
8181 E Tufts Ave Ste 510
Denver, CO 80237
Voice Recording Solutions
21262 White Tail Ridge
Anamosa, IA 52205
O
O
co
O
N
** Bids are being reviewed at this time by dept.**
Hello