HomeMy WebLinkAbout20111598 Y
AGREEMENT FOR PROFESSIONAL SERVICES
THIS AGREEMENT is made by and between the County of Weld, State of Colorado,
whose address is 915 10th Street, Greeley, Colorado, 80631 ("County"), and_Northern Armored
Services, Inc whose address is 1616 1st Ave. Greeley, CO 80631, ("Contractor").
WHEREAS, County desires to retain Contractor as an independent contractor to perform
services as more particularly set forth below; and
WHEREAS, Contractor has the time available to timely perform the services, and is
willing to perform the services according to the terms of this Agreement.
NOW THEREFORE, in consideration of the mutual promises and covenants contained
herein, the parties hereto agree as follows:
1. Engagement of Contractor. County hereby retains Contractor, and Contractor
hereby accepts engagement by County upon the terms and conditions set forth in this Agreement.
2. Term. The term of this Agreement shall be from August 1, 2011, through and until
August 2, 2013, with option of renewal of up to three additional years at the discretion of Weld
County Board of Commissioners.
3. Services to be Performed. Contractor agrees to perform the Services listed or
referred to in Exhibit A, attached hereto and incorporated herein.
4. Compensation.
a. County agrees to pay Contractor for services performed as set forth on Exhibit
A at the rate of $7.00 per pickup plus fuel surcharge as stated in Exhibit A.
Charges shall be based on the time actually spent performing the services, but
shall exclude travel time.
b. Contractor shall not be paid any other expenses unless set forth in this
Agreement.
c. Payment to Contractor will be made only upon presentation of a proper claim
by Contractor, itemizing services performed and mileage expense incurred.
5. Additional Work. In the event the County shall require changes in the scope,
character, or complexity of the work to be performed, and said changes cause an increase or
decrease in the time required or the costs to the Contractor for performance, an equitable
adjustment in fees and completion time shall be negotiated between the parties and this
Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the
Contractor for adjustment hereunder must be made in writing prior to performance of any work
- ia Il FIoo 3
Y
covered in the anticipated supplemental Agreement. Any change in work made without such
prior supplemental Agreement shall be deemed covered in the compensation and time provisions
of this Agreement.
6. Independent Contractor. Contractor agrees that Contractor is an independent
contractor and that neither Contractor nor Contractor's agents or employees are, or shall be
deemed to be, agents or employees of the County for any purpose. Contractor shall have no
authorization, express or implied, to bind the County to any agreement, liability, or
understanding. The parties agree that Contractor will not become an employee of County, nor is
Contractor entitled to any employee benefits from County as a result of the execution of this
Agreement.
7. Warranty. Contractor warrants that services performed under this Agreement will
be performed in a manner consistent with the professional standards governing such services and
the provisions of this Agreement.
8. Reports County Property. All reports, test results and all other tangible materials
produced in connection with the performance of this Agreement, whether or not such materials
are in completed form, shall at all times be considered the property of the County. Contractor
shall not make use of such material for purposes other than in connection with this Agreement
without prior written approval of County.
9. Acceptance of Product not a Waiver. Upon completion of the work, Contractor
shall submit to County originals of all test results, reports, etc., generated during completion of
this work. Acceptance by County of reports and incidental material furnished under this
Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy
of the work. Acceptance by the County of, or payment for, any services performed under this
Agreement shall not be construed as a waiver of any of the County's rights under this Agreement
or under the law generally.
10. Insurance and Indemnification. Contractor shall defend and indemnify County, its
officers and agents, from and against loss or liability arising from Contractor's acts, errors or
omissions in seeking to perform its obligations under this Agreement. Contractor shall provide
necessary workers' compensation insurance at Contractor's own cost and expense.
11. Termination. Either party may terminate this Agreement at any time by providing
the other party with a 10 day written notice thereof. Furthermore, this Agreement may be
terminated at any time without notice upon a material breach of the terms of the Agreement. In
the event of an early termination, Contractor shall be paid for work performed up to the time of
notice and County shall be entitled the use of all material generated pursuant to this Agreement.
12. Non-Assignment. Contractor may not assign or transfer this Agreement, any
interest therein or claim thereunder, without the prior written approval of County.
2
13. Access to Records. County shall have access to Contractor's financial records as
they relate to this Agreement for purposes of audit. Such records shall be complete and available
for audit 90 days after final payment hereunder and shall be retained and available for audit
purposes for at least five years after final payment hereunder.
14. Time of Essence. Time is of the essence in each and all of the provisions of this
Agreement.
15. Interruptions. Neither party to this Agreement shall be liable to the other for delays
in delivery or failure to deliver or otherwise to perform any obligation under this Agreement,
where such failure is due to any cause beyond its reasonable control, including but not limited to
Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions.
16. Notices. Any notice required to be given under this Agreement shall be in writing
and shall be mailed or delivered to the other party at that party's address as stated above.
17. Compliance. This Agreement and the provision of services hereunder shall be
subject to the laws of Colorado and be in accordance with the policies, procedures, and practices
of County.
18. Non-Exclusive Agreement. This Agreement is nonexclusive and County may
engage or use other contractors or persons to perform services of the same or similar nature.
19. Certification. Contractor certifies that Contractor is not an illegal immigrant, and
further, Contractor represents, warrants, and agrees that it has verified that Contractor does not
employ any illegal aliens. If it is discovered that Contractor is an illegal immigrant, employs
illegal aliens or subcontracts with illegal aliens, County can terminate this Agreement and
Contractor may be held liable for damages.
20. Entire Agreement/Modifications. This Agreement contains the entire agreement
between the parties with respect to the subject matter contained in this Agreement. This
instrument supersedes all prior negotiation, representation, and understanding or agreements with
respect to the subject matter contained in this Agreement. This Agreement may be changed or
supplemented only by a written instrument signed by both parties.
21. Funding Contingency. No portion of this Agreement shall be deemed to create an
obligation on the part of County to expend funds not otherwise appropriated or budgeted for.
22. No Conflict. No employee of Contractor nor any member of Contractor's family
shall serve on a County Board, committee or hold any such position which either by rule,
practice or action nominates, recommends, supervises Contractor's operations, or authorizes
funding to Contractor.
3
23. Severability. If any term or condition of this Agreement shall be held to be invalid,
illegal, or unenforceable, this Agreement shall be construed and enforced without such provision,
to the extent that this Agreement is then capable of execution within the original intent of the
parties.
24. Governmental Immunity. No portion of this Agreement shall be deemed to
constitute a waiver of any immunities the parties or their officers or employees may possess.
25. No Third Party Beneficiary. It is expressly understood and agreed that the
enforcement of the terms and conditions of this Agreement, and all rights of action relating to
such enforcement, shall be strictly reserved to the undersigned parties and nothing in this
Agreement shall give or allow any claim or right of action whatsoever by any other person not
included in this Agreement. It is the express intention of the undersigned parties that any entity
other than the undersigned parties receiving services or benefits under this Agreement shall be an
incidental beneficiary only.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and
year written below.
CONTRACTOR:
By:�
Title: Xa yew../o7�o�
ATTESTS` ��""+► BOARD OF COUNTY
CLERK TO THE BOARD t 1 6% COMMISSIONERSOF WELD COUNTY
By: u-MLA-, /. , '4 *' By. Pia)j)...-" ,l/i *IJ7,2--
Deputy s. -rk to the Bo t O j 1)� Barbara Kirkmeyer, Chairman
AUG 10 2011
4
C//— /55 f
f
4 lrlf ofdSe'-ve c e
BID REQUEST NO #61100099 rX �/b,
Page8
SERVICES IN GREELEY COLORADO
QTY&#OF#OF COST PER YEARLY
LOCATION & ADDRESS PICKUPS PER MONTH PICKUP COST
SURCHARGE '
i
oe
Justice Services Once per week-Friday $ 7 $ 364/t" $ _4
(1008 9'h Street)
Accounting Once per week-Friday $ 7 tie' $ 3Ge/, e• $ .
(**Changed**new address — 1150 "O" Street/old address was 1450 W 12th St) 1
Paramedics Office Once per week-Friday $ 7 °° $ _7G %- $
(1121 "M" Street)
Health/Planning Dept Once per week-Friday $ 7 'P $ .56r;? $
(1555 N 17th Avenue)
Treasurer's Office Pickup everyday M-F $ 7 °—r $ 4 92o." $
(1400 N 17th Avenue) +, k
Motor Vehicle Dept Pickup everyday M-F $ 7 °- $ 4 870. 1-f- $
(1402 N 17`h Avenue)
Human Services Dept Pickup everyday M-F $ 7 °° $ / iv.e $
(315 N 11th Avenue)
Public Works Dept Once per week-Friday $ 7 f-42 $ JGs< tt
(1111 "H" Street)
Sheriff's Office Pickup everyday M-F $ 7 $ /, 9' 4'- $
(1950 "O" Street)
District Attorney Once per week-Friday $ 7i! $ Jog-~$
(915 10th Street) (Will call when no pickup is needed) el
TOTAL WELD COUNTY GREELEY OFFICES $ 9i /,
BID REQUEST NO#61100099
Page 9
FXhib1J A
FUEL SURCHARGE:
Fuel Surcharge Allowance Schedule
Contract is based on a fuel rate of$3.00 per gallon.
Per Mile Adjustment
Lowest Fuel Variance Highest Fuel Variance OR
percent added to base rate
3.01 3.06 5 f
3.07 3.11 5 f
3.12 3.16 S So
3.17 3.21 S
3.22 3.26 ,5 4
3.27 3.31 54
3.32 3.36 S�
3.37 3.41
3.42 3.46 5 f
3.47 3.51 5 ,.
3.52 3.56 54
3.57 3.61
3.62 3.66 $1
3.67 3.71 51
3.72 3.76 S fa
3.77 3.81 S f
3.82 3.86 S f
3.87 3.91 5 Se
3.92 3.96 5 fo
3.97 4.01 Sfo
4.02 4.06 104
4.07 4.11 la f
4.12 4.16 1 o f
4.17 4.21 to j-
4.22 4.26* ID ,1
Fuel Surcharge allowance begins at$3.01 and is capped at$4.26*a gallon. At this price level, temporary or
permanent route changes may have to be implemented to maintain a budget maximum.
MEMORANDUM
1861 - 2011
- TO: BOCC
DATE: July 15, 2011
W E L DEC O U N T Y FROM: Barb Connolly, Controller.
SUBJECT: Bid B1100099 Armored Car Services
The bids for armored services for South County and Greeley locations have been reviewed;
The bid was for the Greeley and South County locations. Northern Armored Services did not
bid both of the South County locations. The next two bidders for South County locations have
indicated that they bid as a total package, therefore the pricing for just the South County cannot be
honored on its own.
The recommendation is to accept Northern Armored Services for the Greeley locations, which is
low bid and to reject the South County bids and rebid for just the South County sites.
2O11 - 15 9.
'
;
) CO WI-
0 y
2 ) w < o o o o 0
0 j \ 2 o \ / o \
« e g R of ) cON RD � > CO- z
? ooeTr 00 _ CO.2 _
m2 ° CH wm
< o2au
§ $ ) ) $@
0- Oi, 40 .
/ § { « \ § � $ f q / o
z — E �a � = 0 E / 2 0
OwEEma 00 \ \ \ i
Qa 1- 0
OO
mj W " E°
5mmw = I
4 >- 8 0 o 0 o
_i % o k /
« * o R co \
0o ° ° CO
R CO & & & _
CO
5 -
m _§ CO
rE$ f ck 0 O
\ 0 co° a \0 5 2w
_ u Q = N co 0 CO u e
» \ o 8 /$ 0 H _Ili Z ) m /
e oc[ § m « � _ ) ne 0 N > N
) < = S . . w cam ) 0 CO ) ± @ w < ] go
/ ��e � � § dil- f5o ) 28 § / @ § } I 111-- N-
N
0 bozr < 0 < zo o ) O = m ® mo > ow '
_ @ � u § 2 . w z > 0 oeo mmo ccz � w e �
, / u- L � z > 0 i/ w , r § \ / Ck < \ / 0
o2cCd2o =_ _ §% u < mw < 7 > Ge
� j uD < zmD e - u w _ > = oe 5 @ y
l_ 00_ ± a > � cu zru D = z zmz 00D N
< uu@Qa � OG 2 < OW = o = 0r0
2 ± 0m = « z - o = r0 02 = = r = cv _ \
u
0
§ § \
_IX ww
/ �
\ 0
i (
co cr <
z / /
xi— 0 @2
mE
>- o z o m
ax 0 O 05
wI w ® z ® 2
° 2 w < A k u 0
I \ o ) U \
0
/ % } H / w
z 0 m Cu.. 4 I
0 E
§ w / \ 0
m em y
� \ a0 H / m
zI- H LS2 m o 0
} _ O \ - Z \ Z
/ __I
CD� ) � o / \
2 4i � 0a S \
\ 0 ja \ } / i }
0 \ - ) = O LL 1w
m w » u e9 HL
§ % jm u_ u_ \ �
OE _ LL \ E ww
\ \ / ) m E5 \ \ 0
} r u co w (0 ® � 4
o w 5 m \ / O \ 05
0o 00
0 2 0 \ $ \ w
\ Iwe - j i § � \ > < 1
>
z k ) / CO ca w < 00 � / co /
\ 0 / � \ j w § \ \ ) k ma
o E ) k w m 0 w I— \
0 m \ i \ § ] w % 0 0
al a2 ) 2 § \ I : 4 ;
Hello