Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20060479.tiff
Letter of Transmittal Date: February 3, 2006 KONE Inc. 3 Inverness Drive East To: Pat Persichino Englewood, CO 80112 Tel 303-792-3423 From: Rebecca Bonin Fax 303-799-6369 www.us.kone.com rebecca.bonin@kone.com Re: Contract # 40067113 QUANTITY DESCRIPTION PURPOSE 1 Fully Executed Copy of Contract For Your Records 1 Standard Certificate of Insurance For Your Records B& OO// 2006-0479 Oa--13--p 6 eC {cti.. i it Ig • @ O 000 ii 0 OOO 0 0 P I IO W r o a inti 14 tn R a i�O w it w .. let8 Ed H o 41 0o E. I2W I - � H D E M Z U O En W W o y b � I.OLGw o U .ai.a W O I 61yOq 0atet 0 Fi pq 1 0 N a En u 4 V o O O w 2 a rlo W E T �+ 6 . " '-W in 0Ep IY- • V ra o ao „ 3 W H i� a .H yW� y en \ I 3 W F _ g W w w maoN '6:o aI 11C It I o � N �tn 41 En 41 H R o11 W oq0 H I w w Z t.5 -Pa yq pZO 3 -. 07 aQ a�. 2 MIII M U F mxE WE .I F us.s. o: ' ;,9q({ 8 VW 2 W E 2 43 Ip g l q ry E I. W £ Uq tgi N El • £ '.3 ba£ E'� ya9 V r N I ' H a W an 2 t0 7wE WE n 8 - tp2 4 ... t�. N °F �_ ooWO ww Px 8O2 or �'KQ nr'ben ill > o to I'ii g�gEK �� o om ! • .HH_1•6°�:Ida a OWO S O o m El u . �_l�a yy( wOU I 1Om DE W 2 941 ;122° e I W _..._.......__ (Wq E w N OG H W �O a r�£ :t4.314 - Y'1m HI 'V .E.Tn� o Svl CON y222 2 SIc�qq € Lim N .V", PLO 2a 'Z' N 0I< rn r] N 4fi£v� 1 ;i:6 m a .+ W3 0 um x Eda YS q Eo C9 0 1g •nw o �ZN wHo › EnwOao $ c8 g39eto a o O 2 A, el 7No > W -'�'� E�ti.S vaa 0007 W 2 x !L a m Wm 0x2 at aow 8L� p mB sfi O N H w e� 41E- W J4 Yi t i:11 w q5�°i S 'e g1 SE- .`tee 'J - . - -. . c� �g c"i915,o 2 LirW KEZt 848 •-N^I Yrlf N 10 'd 9ZZL 9££ OL6 'ON }IV,d omisvuound AINOOO 013M WB 9£:01 311,E 9002-01-NHC _ • The heart of your building' 0:113 PREMIUM (COMPLETE MAINTENANCE) AGREEMENT FOR VERTICAL TRANSPORTATION PURCHASER(Eauipment Owned: Weld County Accounting Department 915 10th st Greeley,Co. 80632 SERVICE LOCATION: Weld County Accounting Department 915 10th st Greeley,Co. 80632 EQUIPMENT DESCRIPTION Make Model FreiigM Passenger Escalator Walk Other Traction Hydraulic Traction Hydraulic . e( Relay Logic 2 Dover tech Microprocessor 3 KONE MIPROM I® 9 KONE • 1 DOVER DMC® 1 First Service Page 1 of 10 • THIS CONTRACTIAGREEMENT,dated 12-12-2005,by and between Weld County,(Purchaser)and KONE Inc.(Contractor)le for Complete Maintenance for the vertical transportation located at Weld County. KONE and Purchaser, in consideration of the terms, covenants & conditions set forth, hereby agree as follows: PERFORMANCE KONE will systematically examine, maintain, adjust and lubricate the equipment In addition, unless specifically excluded elsewhere, KONE will repair or replace the following if the repair or replacement is, in KONE's judgment, necessitated by normal wear and tear. HYDRAULIC ELEVATORS Miprorn N HYDRAULIC ELEVATOR SYSTEM COMPONENTS CONTROL SYSTEM Controller cabinet, machine room connection board, ICE CPU board, safety relay assembly, hydraulic level shifter board, power supply, transformers, contactor panels, bypass switches, relays,fuses, motor starters and accessories. DOVER DMC®HYDRAULIC ELEVATOR SYSTEM COMPONENTS CONTROL SYSTEM Main (CLC) CPU processor, EPROMS, RAM, serial communication interfaces, I/O circuitry, expander boards, dispatching,car running logic, fault system logic, hall running logic, and group dispatching. CLC terminals, signal inputs/outputs, system power supply board, fuses, safety strings, drive unit sensors, car leveling circuits and memory support battery in the CLC board shall be replaced every two(2)years. SELECTOR(N applicable) Main sensor board,auxiliary sensor board,selector tape,magnets,zone sensors,and guides. RELAY LOGIC HYDRAULIC ELEVATOR SYSTEM COMPONENTS CONTROL SYSTEM Control,selector,dispatcher,relay panel,relays,timers,resistors,transformers and motor starter. MICROPROCESSOR HYDRAULIC ELEVATOR SYSTEM COMPONENTS CONTROL SYSTEM Controller cabinet, machine room connection board, ICE CPU board, safety relay assembly, hydraulic level shifter board, power supply, transformers, contactor panels, bypass switches, relays,fuses, motor starters and accessories. KONE First Service techniclsns will be equipped with necessary field diagnostic and service tools. Microprocessor software examinations will be conducted to ensure dispatching and motion control systems are operating at proper levels. POWER UNIT Enclosure, pump, motor, power transmission elements between the pump and motor, valves, strainers,mufflers,gaskets and all other accessories. Page 2of10 HYDRAULIC SYSTEM ACCESSORIES Exposed piping, fittings, jack packing and accessories, such as vibration dampeners and silencers between the pumping unit and the jack unit Hydraulic fluid, heating or cooling elements, insulation and accessories installed by the elevator equipment manufacturer for controlling oil temperature. CAR EQUIPMENT Car panel connect board, car operating board, car top inspection station, floor leveling unit assembly,switch tree assembly and floor controllers. ELECTRICAL Electrical wiring, conduit, ducts, and traveling cables from the elevator equipment to the machine room mainline disconnect switch, and hoistway outlets. HOISTWAY AND PIT EQUIPMENT Landing and slowdown switches, limits and car buffers. RAILS AND GUIDES Guide rails,guide shoe gibs and rollers.Guide rails will be properly lubricated,except where roller guides are used. DOOR EQUIPMENT Automatic door operators, hoistway and car door hangers, hoistway and car door contacts, door protective devices,hoist way door interlocks, door gibs and auxiliary door closing devices. SIGNALS AND ACCESSORIES Car operating parcels, hail push button stations, hall lanterns, emergency fighting, car and hal position indicators, lobby control panels, car operating panels, fireman's service equipment and all other signal and accessory facilities furnished and Installed as an integral part of the elevator equipment Re-tamping of signal fixtures is included only during KONE's systematic examinations. Service requests related to re-lamping of signal fixtures will be considered billable. HOUSE EEPY1G Purchaser and KONE have a shared responsibility to clean elevator machine rooms, pit areas, hoistway equipment including rails, interlocks, hoistway door hangers and tracks, relating devices,switches,buffers end car tops. LUBRICANTS KONE will use lubricants compounded under OEM's specifications or equal. TRACTION ELEVATORS Miprore 21AiIMEGATECH TRACTION ELEVATOR SYSTEM COMPONENTS CONTROL SYSTEM Power supply, digital drive,armature filters,dynamic braking resistors,brake panel, card rack and microprocessor boards.The specific components include relay interface board, relay pilot board, power supply board, digital drive unit, motion adapter boards, main control board, brake control panel, normaVemergency terminal speed limit control, control power transformer, brake resistors, brake transformers, overload relay control, MSU board, parallel input/output board, serial input/output board,CPU boat, specific microprocessor card racks for calls and common control interfaces. Page 3 of 10 KONE First Service technicians will be equipped with necessary field diagnostic and service tools. Microprocessor software examinations will be conducted to ensure dispatching and motion control systems are operating at proper levels. GEARED/GEARLESS MACHINES Worms, gears, thrusts, bearings, rotating elements, brake magnet coils, brushes, brake shoes, linings, pins, deflector,secondary and other sheaves, bearings and assemblies. ELECTRICAL Electrical wiring, conduit, ducts, and traveling cables from the elevator equipment to the machine room mainline disconnect switch, and hoistway outlets. HOISTWAY AND PIT EQUIPMENT Landing and slowdown switches, limits, car and counterweight buffers, overspeed governors, governor tension sheave assemblies and car counterweight safeties. RAILS AND GUIDES Guide rails,guide shoe gibs and rollers. Guide rails will be properly lubricated,except where roller guides are used. HOIST ROPES Hoist ropes will be properly lubricated and adjusted for equalized tension. DOOR EQUIPMENT Automatic door operators, hoistway and car door hangers, hoistway and car door contacts, door protective devices, hoistway door interlocks,door gibs and auxiliary door closing devices. SIGNALS AND ACCESSORIES Car operating panels, hall push button stations, hall lanterns, emergency lighting, car and hall position indicators, lobby control panels, car operating panels, fireman's service equipment and all other signal and accessory facilities furnished and Stalled as an integral part of the elevator equipment Re-tamping of signal fixtures is included only during KONE's systematic examinations. Service requests related to reaamping of signal fixtures will be considered billable. HOUSEKEEPING Purchaser and KONE have a shared responsibility to clean elevator machine rooms, pit areas, hoistway equipment including rails, interlocks, hoistway door hangers and tracks, relating devices,switches,buffers and car tops. LUBRICANTS KONE win use lubricants compounded under OEM's specifications or equal. HOURS OF SERVICE All work covered under this Agreement is to be performed during the regular working hours of regular working days of the elevator trade, unless otherwise indicated herein. KONE SERVICE CENTER The KONE Service Center is available 24-hours a day, seven days a week to respond to all calls and dispatch a service technician if necessary. In the unlikely event of an entrapment, a highest priority response will be given. Page 4 of 10 SERVICE REQUESTS(CALLBACKS) This Agreement covers minor adjustment service requests during the regular working hours of regular working days of the elevator bade, unless otherwise indicated herein. If Purchaser should require, at any time, service requests(unless included above)to be made on overtime, Purchaser will be charged only for the difference between KONE's regular hourly billing rate and KONE's regular overtime billing rate applicable for each overtime hour worked. All work outside the scope of this Agreement is to be performed by KONE at an agreed upon rate. Purchaser will also be charged for travel time to and from project location at KONE's regular billing rates. Service requests are defined as minor adjustments, corrections or emergency entrapments that require Immediate attention and are not caused by reasons beyond KONE's control. Service requests do not include work that requires more than one technician or more than two hours to complete. TESTS KONE will perform the following tests on the equipment HYDRAULIC ELEVATOR A pressure relief test and a yearly leakage test as required by the A.S.M.E.A-17.1 code. TRACTION ELEVATOR An annual no load test as required by the A.S.M.E.A-17.1 code. j:KCLUSIONS KONE assumes no responsibility for the following items or services,which we excluded from the Agreement HYDRAULIC ELEVATOR Refinishing, repairing, replacement or cleaning of car enclosure, gates and/or door panels, door pull straps, hoistway enclosure, rail alignment,hoistway doors, door frames,sills, hoistway gates, finished flooring, power feeders, switches, their wiring and fusing, car light diffusers, ceiling assemblies and attachments, smoke or heat sensors, fireman's phone devices, intercoms,music systems, media displays, card-readers or other security systems, light tubes and bulbs, hydraulic cylinder, unexposed piping, pit pumps, emergency power generators, disposal of or dean-up of waste oil or any contamination caused by leaks in the hydraulic cylinder or unexposed piping, including any consequential damages. TRACTION ELEVATOR Refinishing, repairing, replacement or cleaning of car enclosure, gates and/or door panels, door pull straps, hoistway enclosure, rail alignment, hoistway doors, door frames, sills, hoistway gates, finished flooring, power feeders, switches, their wiring and fusing, car light diffusers, ceiling assemblies and attachments, smoke or heat sensors, fireman's phone devices, intercoms, music systems, media displays, card-readers or other security systems, pit pumps, emergency power generators, light tubes and bulbs. GENERAL KONE shall not be obligated to make other safety tests other than those specified herein, equipment adjustments, or to install new attachments whether or not recommended or directed Page 5 of 10 by insurance companies, or by federal, state, municipal, A.S.M.E. codes, or other governmental or non-governmental authorities. KONE will maintain the equipment performance and its components to the operating condition at the effective date of this agreement KONE shall not be required to perform and keep records of firefighter's service testing, unless specifically included elsewhere in this agreement KONE shall not be obligated to make equipment adjustments to achieve Code required Escalator SteprSkirt Performance Index or loaded gap values. KONE shal not be obligated to make changes or adjustments required by new or retroactive code changes. KONE win not be responsible to perform tests or correct outstanding violations or deficiency lists cited by code authorities or any third party agency prior to the effective date of this agreement KONE will not be required to make renewals or repairs s necessitated by fluctuations in the building AC power systems, adverse machine room conditions(including temperature variations below 60 degrees and above 90 degrees Fahrenheit), excessive humidity, adverse environmental conditions, water damage, prior water exposure, rust, fire, explosion, ads of God, misuse, vandalism, theft, war, acts of government, labor disputes, strikes, lockout or tampering with the elevator equipment by unauthorized personnel. KONE shall not be obligated to make repairs or renewals for damage a deterioration caused by UV rays. KONE shall not be required to make renewals or repairs necessitated by negligence or misuse of the equipment or any other cause beyond its control except ordinary wear and tear. In the event that any part of the equipment becomes obsolete or is no longer manufactured by the manufacturer,the cost to replace the obsolete part shall be at the Owners expense. INDEMNITY CLAUS • Purchaser shall indemnify, defend and save harmless KONE from and against liabilities, losses and claims of any kind or nature imposed on, incurred by, or asserted against KONE arising out of the concurrent, active or passive negligence of KONE in any way connected with the services provided under this Agreement or the use o* operation of the equipment. Purchaser hereby waives any and all rights of recovery, arising as a matter of law or otherwise, which Purchaser might now or hereafter have against KONE. PURCHASER ASSURANCES AUTHORIZED PERSONNEL Purchaser agrees to furnish KONE with a list of authorized personnel responsible for building operations. WIRING DIAGRAMS Purchaser agrees to provide KONE with a complete set of as built wiring diagrams. NOTIFICATION In the event that the equipment is not functioning properly, purchaser agrees to shut down equipment and notify KONE for repair. Purchaser agrees to notify KONE in the event of any injury or accident in or about the equipment included in this agreement Verbal notification must be provided immediately and written notification must be provided within seven days. OPERATION Purchaser shall at all times be solely liable for the proper use of the equipment Purchaser agrees to post any and all instructions and warnings to passengers related to the use of the equipment Purchaser shall not permit anyone other than KONE to make repairs, additions, modifications, upgrades or adjustments to the equipment covered herein during the term of the agreement Page 6 of 10 TESTING AND SERVICING Purchaser agrees to perform the monthly firefghtees service testing and keep record of such tests, if required and not specifically included elsewhere herein. Purchaser agrees to annually maintain the mainline disconnect switch by a certified electrician and repair as necessary. EQUIPMENT ACCESS Purchaser agrees to provide safe access to the equipment and machine room areas for service and keep all machine rooms and pit areas free from water, stored materials and debris. Purchaser agrees to remove and dispose of any hazardous materials, water or waste according to applicable laws and regulations. Purchaser agrees to provide a safe workplace for our personnel. SATISFACTION If you are ever less than very satisfied with KONE's performance, Purchaser agrees to contact KONE immediately. CONTRACT TERM . The service specified will be furnished from the effective date stated herein,and shah continue for an initial, non-cancelable term of ONE (1) years. This Agreement wi automatically renew for successive terms of ONE(1)years thereafter. Either party may terminate this Agreement either at the end of the initial ONE (1) year term or at the end of any subsequent ONE (1)year term by giving the other party ninety(90)days written notice,via certified mad, prior to the expiration date of the Agreement, the expiration date being ONE (1) years from the effective date of this agreement or ONE(1)years from the effective date of any subsequent renewal term. The parties acknowledge that delayed notice of termination shall constitute a material breach of contract and the entire remaining amount of the contract wit accelerate and become due to KONE as liquidated damages. In the event of the sale, lease or other transfer of the ownership of the equipment described herein, or the premises in which it is located, Purchaser agrees to see that such Purchaser is made aware of this Agreement and assumes and agrees to be bound by the terms hereof for the balance of the Agreement KONE may, at its sole discretion, terminate this Agreement at any time upon thirty (30) days advance notice in writing due to the Purchaser's breath of contract, safety or liability issues or Purchaser's refusal to authorize necessary repairs or upgrades. CONTRACT PRICE KONE in consideration of$4,410.00 (FOUR THOUSAND FOUR HUNDRED TEN AND 001100 DOLLARS) payable by Purchaser quarterly In advance (equivalent to $1,470.00hnonth), hereby agrees to furnish services herein described on the equipment within the agreement PRICE ADJUSTMENTS The contract price will be adjusted annually on January 1 of each year of the contract. The payment adjust ant vn7 reflect the increase or decrease in labor costs. tabor 100% of the current contract price will be increased or decreased by the percent increase or decrease In the straight time hourly labor cost The current straight time labor cost is the sum of the straight time hourly rate plus the cost of fringe benefits (fringe benefits include but we not limited to welfare, pension, vacations, paid holidays, insurance, and other union contributions) paid to elevator examiners in the locality the equipment is maintained. KONE reserves the right to additionally adjust the contract price under extraordinary circumstances if the cost of fuel,insurance or other administrative expenses increase. �Be7of10 PAYMENT TERMS Payments are due within ten (10) days of date of invoice. A delinquent payment charge calculated at the rate of 1%% per month, or if such rate is usurious then at the maximum rate under applicable law, shall be applied to delinquent payments. In the event of default of the payment provisions herein, Purchaser agrees to pay, in addition to any defaulted amount, all attorney fees, collection cost or court cost In connection therewith. Failure to pay any sum due by Purchaser within sixty (60) days will be a material breach. KONE may at KONE's option declare all sums due or to become due for the unexpired term immediately due and payable as liquidated damages, and until the same are paid, KONE may suspend service, and be discharged from further obligations under the contract If KONE exercises its right to suspend service, KONE shall not be responsible for injury or damage resulting from the lack of service When service is resumed, Purchaser will be responsible for any costs KONE Indus as a result of the lapse in service. These payment terms shall also be applicable to any charges for work outside the scope of this Agreement PERFORMANCE CLAUSE Purchaser may, at any time and at Purchaser's expense, call for an independent elevator consulting firm to evaluate KONE's performance within the scope of this contract The elevator consulting firm shat be mutually agreed upon by Purchaser and KONE If it Is found KONE is not complying with the terms of this Agreement, a detailed report shall be submitted to KONE outlining the specific requirements and a minimum period of ninety(90)days shall be allowed for KONE to correct the corresponding noncompliance. In the event KONE falls to correct the noted material items within the allowed time, Purchaser shall have the right to terminate this Agreement by giving KONE ninety (90) days written notice. Not withstanding this right, Purchaser remains obligated to pay all previously outstanding balances owed KONE I Purchaser shall pay, in addition to the price, any tax imposed upon Purchaser by any existing or future law and the amount of tax imposed upon KONE, KONE's suppliers or Purchaser under any statute, court decision, rule or regulation currently effective or becoming effective after the date of this Agreement which Is based upon or incident to the transfer, use, ownership,or possession of the materials or equipment involved in the performance hereof or the services rendered. hereunder. OBLIGATIONS OF THE PARTIES Nothing In this Agreement shall be construed to mean that KONE assumes any liability of any nature whatsoever arising out of, relating to or in any way connected with the use or operation of the equipment covered by this Agreement Purchaser shall be solely responsible for supervising the use of the equipment and for taking such steps including but not limited to providing attendant personnel, warning signs and other controls necessary to ensure the safety of the user or safe operation of the equipment Purchaser shall at all times and at Purchaser's own cost, maintain a commercial general liability policy covering bodily injury and property damage with the limits of liability Purchaser's customarily carry for the life of this contract(naming KONE as an additional insured)arising out of the services provided under the Agreement and/or the ownership, maintenance, use or operation of the equipment described herein. Page 8of10 Neither KONE nor its affiliates shall be liable for any loss, damage, detention or delay caused by accidents, strikes, lockouts, material shortages or by any other cause which is beyond its reasonable control, or in any event, for incidental or consequential damages. KONE shall not be liable for any work, service or material other than that specifically mentioned herein. KONE will not be liable for any indirect, consequential, or special damages including but not limited to fines, penalties, loss of profits, goodwill, business or loss of use of equipment or property. ADDRIONALTERMS This Agreement shall constitute, exclusively and entirely,the agreement for the service described and all prior representations or agreements relating thereto, whether written or verbal, shall be deemed to be merged herein and this Agreement including changes in or additions to shall not be binding upon KONE until approved by a local Office Manager or one of its executive officers at Moline, Illinois. Submission of this contract does not void or otherwise nullify the existing contract until this new contract is signed and approved by both parties. The Terms and Conditions set forth herein shall prevail over and supersede any terms and conditions contained in any documents provided by Purchaser. This Agreement is confidential between Purchaser and KONE and shall not be distributed to third parties. VENUE The Purchaser does hereby agree that the exclusive venue for any dispute between the parties shall be in the County of Rock Island, State of Illinois. Page 9 of 10 First. Serves First Service Contact Information Customer Contact KONE Contact Location KONE Account Representative Service ld e unty Randy Howard WService Agreement Number Telephone Number e 1006 Fa Number ( (3 x -792-3423 lee Effective Date 303-7303 Number 87 01-01-2006 E-Mell Address Contact Person Rand l Address Steve Boeck KONE Service Manager m Telephone Number KONE Service Msnrpsr 970358.4000 Frank o SuCat Fax Number 24 Hour 869 Center 877-276-8691 Email AddressWebsite Address www.kone.com ACCEPTANCE • Purchaser (Equipment Owner) The parties to the service agreement agree to Address the conditions contained herein: Weld County Accounting Department Signed fora • on behalf of W 915 1�st Y Co. 80632 //.� Contact Person Sign= re) N ISM Steve Boeck — Telephone Number M. J. Celle \ 1 s r = 970-356-4000 (Print Name) N Fax Number /j. Chair, Board of Weld. inners Email Address (Print rNe) Date:..(11/13../.2.4.0 6 ATTESTING TO BOARD OF COUNTY Respectfu bm' COMMISSIONER S;GNATURES ONLY KONE, I ATTEST: 1ytrr, 4 /��'(/uGi .�I,fi_ (Su WEL OUNTY CLERKTO THE BOARD (Approved By) Authorized Representative BYRE V CL K Ck THE B RD l� Date:�lI/ b DEP TY CL K TO B RD Page 10 of 10 Cited- - Cdr/ BID REQUEST NO. BO500303 <' o RE: ELEVATOR MAINTENANCE/Buildings & Grounds Dept. The following bids were presented to the Weld Board of County Commissioners on Wed. December 14th,2005 and were approved on December 28th, 2005. VENDORS MONTHLY YEARLY % YEARLY TOTAL TOTAL INCREASE KONE INC. $1,470.00 $17,640.00 5% 3 INVERNESS DRIVE EAST ENGLEWOOD CO 80112 SCHINDLER ELEVATOR CORP $1,550.00 $18,600.00 6% 6850 WEST JEFFERSON LAKEWOOD CO 80235-2334 OTIS ELEVATOR CO. $1,629.00* $19,548.00 6% 700 WEST MISSISSIPPI AV#E-1 $1,975.00** $23,700.00 DENVER CO 80223 ELEVATORS UNLIMITED $1,985.00 $23,820.00 3% - 5% 7100 N. BROADWAY BLDG. #1-0 DENVER CO 80221 THYSSENKRUPP ELEVATOR $2,000.00 $24,000.00 4.8% 4562 DENROSE COURT#5 FT COLLINS CO 80524 *OPTION#1: See attached bid. (Quarterly lubricating etc.) **OPTION#2: See attached bid. (Monthly lubricating etc.) It was the decision of the Weld Board of County Commissioners to award the bid for the Elevator Maintenance to the low bidder,KONE INC, in the amount of$17,640.00 a year. WELD COUNTY COLORADO BY: / !— __, PAT PERSICHINO DIRECTOR OF GENERAL SERVICES December 13th, 2005 ************ REQUEST NO. B0500303 ************ BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF WELD, STATE OF COLORADO, BY AND THROUGH ITS DIRECTOR OF GENERAL SERVICES DATE: November 18, 2005 THIS DOCUMENT CONTAINS GENERAL INFOfl4ATION FOR THE PURCHASING PROCESS OF WELD COUNTY GOVERNMENT. ALL ITEMS MAY NOT BE APPLICABLE. ACTUAL BID SPECIFICATIONS WILL BE FOUND FOLLOWING PAGE 5. I. NOTICE TO BIDDERS A. The Board of County Commissioners of the County of Weld, State of Colorado, by and through its Director of General Services, wishes to purchase the following: ELEVATOR MAINTENANCE BUILDINGS i GROUNDS DEPARTMENT B. Sealed or faxed bids the above stated merchandise, equipment, and/or services will be received at the office for the Weld County Director of General Services, 915 10th Street, Greeley, Colorado, 80631 until: Tuesday, DECEMBER 13", 2005 @ 10:30 A.M. (WELD COUNTY PURCHASING TIME CLOCK) BE ADVISED THAT THE WELD COUNTY CENTENNIAL CENTER, 915 10" STREET, GREELEY COLORADO IS A SECURE FACILITY. ALL PERSONS ENTERING THE BUILDING MUST PASS THROUGH SECURIY. IF YOU DECIDE TO DELIVER YOUR BID IN PERSON YOU SHOULD ALLOW ENOUGH TIME TO ARRIVE AT THE PURCHASING DEPARTMENT AT OR BEFORE THE ESTABLISHED BID TIME. ***THERE WILL BE A PREBID MEETING ON NOVEMBER 30T", 2005 @ 10:00 AM. MEET AT THE WELD COUNTY PURCHASING DEPT., 915 10' STREET, 2' FLOOR, GRELEEY COLORADO. PLEASE CALL TO VERIFY THAT YOU ARE COMING @ 970-356-4000 X4223 OR X4222.*** II. INVITATION TO BID A. The Board of County Commissioners of the County of Weld, State of Colorado, by and through its Director of General Services, requests bids for the purchase of the above-listed merchandise, equipment, and/or services. B. Said merchandise and/or equipment shall be delivered to: as specified . • C. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Board of County Commissioners of Weld County to pay if awarded the bid. D. All bids must be sealed in envelopes furnished by the Weld County Purchasing Department (or other sealed containers that have the bid number and title of the bid typed or printed in plain sight. ) One original and one copy of the Bid must be submitted at the time of the bid opening. One complete bid document, which will be the only official copy of the bid, shall be filed at the purchasing department. After certification of the bid, by purchasing, the other copy will be sent to the applicable department (s) for review. Bids may be faxed to 970-336-7226 attention purchasing; and the vendor must include the following statement on the facsimile, "I hereby waive my right to a sealed bid". (If faxing your bid, please send hard copy of bid for our files) . Page 2 III. INSTRUCTIONS TO BIDDERS A. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also by typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary, " "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. B. Bids may be withdrawn upon written request to the Weld County Director of General Services received from bidders prior to the time fixed for opening. Negligence on the part of bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. C. Bidders are expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidder's risk. D. Bidders 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. E. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in !. the Weld County Purchasing Department on or prior to the time indicated in Section I., entitled "Notice to Bidders." F. When approximate quantities are stated, Weld County reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. Page 3 H. Any item supplied to Weld County shall be new and of the manufacturer's current model unless otherwise specified. I. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, the Board of County Commissioners of Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that the Board of County Commissioners of Weld County will give preference to suppliers from the State of Colorado, in accordance with Section 30-11-110, CRS, when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County. J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifications of this bid package which are made by Weld County, Colorado, after the bids have been distributed to prospective bidders, and prior to the date and time of bid opening, will be made in writing and signed by Weld County's Director of General Services. No employee of Weld County, Colorado, is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Director of General Services. This is not to imply that bids will not be accepted or considered with specifications which are different from those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless Weld County, Colorado, 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. M. All goods shall remain the property of the seller until delivered to and accepted by Weld County, Colorado. N. Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. O. In submitting the bid, the bidder agrees that the acceptance of any and all bids by the Board of County Commissioners of Weld County within a reasonable time or period constitutes a contract. The Board of County commissioners of Weld County, Colorado, reserves the right to reject any and all bids, to waive any informalities in bids, and to accept the bid that, in the opinion of the Board, is to the best interests of the Board and of the County of Weld, State of Colorado. Page 4 P. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Weld County Director of General Services. It is understood that it is necessary for all invoices to be made out to Weld County, Colorado, not to the Department securing the merchandise. All invoices should be sent to: Weld County, Accounting Department, P.O. Box 758, Greeley, Colorado 80632. Q. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. IV. DEFINITIONS A. "Standard": When the word "standard" is used in the specification to describe an item of equipment or in assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer": A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. C. "Or Equal": The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. V. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION A. Design: Any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. i ''N:::;?Y'-'''.,:::: :,:::, � (?FigD61 �dlf f: Wbld.eoUt` r k w[uY 1 li Page 5 B. Pre-delivery Service: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Weld County Director of General Services. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated location. The equipment shall be clean and all instruments properly adjusted. The inflation of tires must be checked, lubrication completed, the crank case checked for proper oil level, and any other servicing normally provided by dealers shall be performed. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included when special equipment is purchased or when requested by Weld County. C. Acknowledgment and Delivery Schedule of Initial Order: Time is of the essence. A delivery schedule of not more than calendar days after receipt of the order shall be deemed reasonable and serve the best interests of Weld County, Colorado. Proposals exceeding this schedule may be rejected. Delivery will be made on or before , 19 The successful bidder shall acknowledge the receipt of 'LET-order and certify delivery as scheduled. D. Warranty: The successful bidder shall warrant that: 1. The goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3. The goods sold to Weld County, Colorado pursuant to this bid conform to the minimum Weld County specifications as established herein. The successful bidder shall further warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the successful bidder, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. n Service Calls in the First One Year Period: The successful bidder • \J shall bear all costs for mileage, travel time, and service trucks ,p.( used in the servicing(including repairs) of any of the goods to be 0 purchased by Weld County, Colorado, pursuant to this bid for as Iy many service calls as are necessary for the first one (1) year 0' period+ period after said goods are first supplied to Weld County. Yr p' F. General Information: Bidder shall submit with their bids the r following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 9:0 2. Descriptive literature. BID REQUEST NO. B0500303 ***POT IN A SIGNATURE PAGE NEXT TIME WE HID** Page 6 I. GENERAL INFORMATION Contractor to maintain elevator equipment herein described, using skilled elevator maintenance men under supervision of contractor. All reasonable care should be taken to ensure that the elevator equipment is maintained in proper operating condition. Include with proposal (being specific) those parts which will be regularly and systematically examined, adjusted, and lubricated; items that will be replaced or repaired during regular service time only or as needed; additional charges above and beyond complete maintenance agreement; exclusions of items of elevator equipment not included in agreement; agreement to include both hydraulic and traction elevators; and any escalation clause which may be incorporated into contract. Contractor must be able to respond within two hours of request for emergency service. Submit with bid copies of complete maintenance agreements for both hydraulic and traction elevators. ***THERE WILL BE A PREBID MEETING ON NOVEMBER 30s 2005 S 10:00 AM. MEET AT �1 WILD COUNTY PURCHA CALL TO VERIFY SING DES 915 10 STREI ARE COMING I 970-356-4000S ooRt GRIZZLY COLORADO. Breakdown of Equipment and Monthly Maintenance Prices* Effective January 1°t, 2006 - December 31n, 2006 Building Equipment Price/Month Court House (1) Montgomery Traction Passenger Elevator $ 97.0 0 Court House Annex (1) Dover Hydraulic Passenger Elevator $ nJ)),O (f Walton Building (1) Montgomery Hydraulic Passenger (East bldg.) Elevator $ . OQ Walton Building (1) Dover Hydraulic Passenger Elevator (West bldg.) $ 7c5. V Centennial Center (2) Montgomery Hydraulic Passenger Elevators $/47)4 A O O Cent. Jail (2) Montgomery Hydraulic Passenger Elevator $ )9/- _ 0 O Cent. Jail (1) Montgomery Basement Drum Freight Elevator $ �r➢,QU North Jail (3) Montgomery Hydraulic Passenger Elevator $ a 9 y.0 0 (1) Thyssen Hydraulic Passenger Elevator $ 98. 0n Health/Planning (1) Montgomery Hydraulic Passenger /� ©O Elevator $ / ®D / Law Administration (1) Thyssen Hydraulic Passenger Elevator $ '©7) TOTAL $ 1, (j7O. 0 WILL THERE BE AN ESCALATION OP EACH YEAR? (IF SO WHAT i?) . 570 �dtd , , tee* ,d BID REQUEST N0. B0500303 leh L /_ AC p 1C���Page 7i '�i/ A. Y *'Hydraulic elevator safety test and report shall be submitted annually to the Weld County Buildings and Grounds Supervisor, P.O. Box 758, Greeley, CO 80632. Billing to be made monthly to Weld County Buildings and Grounds Department, 915 10th Street, Greeley, Colorado 80631. II. LENGTH OF CONTRACT A. The contract will run for a period of one (1) year from Jan.lst, 2006 to Dec.3lst, 2006, with annual renewal for four (4) additional years at Weld County at the discretion of Weld County Government. III. PROPOSAL SUBMISSION A. The proposal shall be submitted no later than 10:30 a.m. on Tuesday, December 13L°, 2005 (WELD COUNTY PURCHASING TIME CLOCK) to Mr. Pat Persichino, Director of General Services, Weld County Centennial Center, second floor, 915 10th Street, Greeley, Colorado 80631. You may fax bid to 970-336-7226. B. All inquiries relating to this request shall be referenced and addressed to same. C. All prospective bidders shall comply with all conditions and requirements necessary for rendering such services. D. The proposal must be signed by a duly authorized official or representative of the firm submitting the proposal. E. All costs incurred in the preparation and presentation of the submitted proposal in any way whatsoever, shall be wholly absorbed by the prospective bidder, all supporting documentation shall become the property of Weld County, unless requested otherwise by the prospective vendor within the proposal at the time of submission. Once the proposals are opened they become public information. F. Weld County shall accept the best proposal based on the evaluation criteria contained in this request for proposal, provided, however, that Weld County acting through its administrative representatives shall have the right to reject any or all proposals and waive any informalities or formalities contained in said proposals. IV. PROPOSED EVALUATION A. All proposals will be evaluated by administrative representatives and Weld County reserves the right to make an awards, based directly on the proposals. The bidder chosen for the award will be chosen on the basis of greatest benefit to Weld County. The Weld County Board of Commissioners will be the final judge as to the award or the rejection of any or all proposals and to waive any informalities or formalities contained in said proposals. B. Price will not be the only criteria examined in the selection process. We reserve the right to accept the proposal that, in our judgment best fits the needs of Weld County. WELD COUNTY ELEVATOR LOCATIONS Building Equipment Address Court House (1)Montgomery Basement 901 9th Avenue Traction Passenger Elevator Greeley CO 80631 2,500 lb cap 6-stop Court House Annex (I) Dover Rotary 934 9th Avenue Hydraulic 2-stop Greeley CO 80631 Passenger Elevator 3,000 lb cap Courts West (2)Montgomery Hydraulic 910 10th Avenue Passenger Elevator 4-stop Greeley CO 80631 miprom 2,500 lb cap Centennial Center& (1) Montgomery 915 10th Street Courts West Basement Drum Greeley CO 80631 (Basement of CC) Freight Elevator 2- stop 2,200 lb cap Centennial Center (2)Montgomery Hydraulic 915 10th Street Passenger Elevators 4-stop Greeley CO 80631 2,500 lb cap North Jail (2)Montgomery Hydraulic 2110"O" Street Passenger Elevator 2-stop Greeley CO 80631 2,500 cap (2)Thyssen Hydraulic 2-stop 2,500 capPassenger Elevator Health Department (1)Montgomery Hydraulic 1555 N. lath Passenger Elevator3-stop Avenue miprom 3,000 cap Greeley CO 80631 Law Administration (1) Thyssen Krupp tac 20 1950"O" Street Hydraulic Passenger Greeley CO 80631 Elevator 2,500 lb cap 2-stops Social Services (1)Montgomery Hydraulic 315 N. 11th Avenue Walton Building Passenger Elevator 2,200 lb Greeley CO 80631 (Fast Building) cap 2-stop Social Services (1) Dover DMC 315 N. 11th Avenue Walton Building Hydraulic Passenger Greeley CO 80631 (West Building) Elevator 2-stop 2,000 lb capacity ACORD ,4 CERTIFICATE OF LIABILITY INSURANCE DA 02/03/'2006YY} PRODUCER AON Risk Services Inc.of Illinois THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 1000 North Milwaukee Avenue ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Glenview,IL 60025 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DBA AON Risk Svcs of IL,CA License No.0095623 INSURERS AFFORDING COVERAGE NAIC# INSURED KONE Inc. INSURER A: Illinois Union Insurance Company One KONE Court INSURER B: ACE American Insurance Company Moline,IL 61265 INSURER C: INSURER D: Attn: Law Department FAX#309-743-5800 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR T INSD TYPE OF INSURANCE POLICY NUMBER DATE 1MM/DD/YYIE POLICY IMM/DD?Y I LIMITS `GENERAL LIABILITY EACH OCCURRENCE $ 10,000,000 A COMMERCIAL GENERA!.LIABILITY HDOG21728871 01/01/2006 01/01/2007 DAMAGE TO RENTED $ 10,000,000 X PREMISES IEa occurronco) I CLAIMS MADE El OCCUR MED EXP(Any one person) $ 0 PERSONAL&ADV INJURY S 10,000,000 GENERAL AGGREGATE S 10,000,000 GEN'L AGGREGATE LIMIT I I APPLIES�'LI PER: PRODUCTS-COMP/OP AGG S 10,000,000 7 POLICY n JECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE OMIT B X ANY AUTO ISAH 08017335 01/01/2006 01/01/2007 (Ea Accident) $ 2,000,000 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ 7 ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGO $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 7 OCCUR 17 CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION S $ B WORKERS COMPENSATION AND WLRC4433771A (ADS) 1/1/2006 1/1/2007 X I TORY AIM TS I I ER" EMPLOYERS'LIABILITY E.L.EACH ACCIDENT S 2,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE SCFC44337721 (WI) 1/1/2006 1/1/2007 B OFFICERIMEMBER EXCLUDED? WCUC44337733 (OH) 1/1/2006 1/1/2007 E.L.DISEASE-EA EMPLOYEE $ 2,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT S 2,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Weld County-Various Locations Contact#40067113 CERTIFICATE HOLDER CANCELLATION Certificate ID 15,227 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Weld County NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 915 10th Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Greeley,CO 80632 REPRESENTATITIVES. AUTHORIZED REPRESENTATIVE Aon Risk&wic ltc of Rinds ACORD 25(2001/08) ©ACORD CORPORATION 1988
Hello