Loading...
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