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
20252243.tiff
PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND Maxey Truck Fitting THIS AGREEMENT is made and entered into this 13th day of August, 2025, by and between the Board of Weld County Commissioners, on behalf of Fleet Services, hereinafter referred to as "County," and Maxey Truck Fitting, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor 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: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2500090. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Form Revision 5-2025 ConWrf-P- a/27/25 Cc: (DS,FA) pvcha 25/21/ 2a5 -z7_14-3 FTOl:04 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. 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. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. 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 2 shall be negotiated between the parties, and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $109,145.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 3 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records, and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or 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. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall 4 submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services 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(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed 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. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance 5 Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance - Occurrence Form Policy shall include bodily injury, property damage, liability assumed under an Insured Contract. The policy shall be endorsed to include the following additional insured language: "Weld County, its subsidiary, parent, elected officials, employees, associated and/or affiliated entities, successors, or assigns, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: General Aggregate $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance Bodily Injury and Property Damage for any owned, hired, and non -owned vehides used in the performance of this Contract. Such policy shall maintain Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the 6 course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 2,000,000 14. Proof of Insurance. Upon County's request, Contractor shall provide to County, for examination, a policy, endorsement, or other proof of insurance as determined in County's sole discretion. Provided information for examination shall be considered confidential, and as such, shall be deemed not subject to Colorado Open Records Act (CORA) disclosure. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the Certificate of Insurance for the Commercial General Liability coverage and for the Automobile Liability coverage, "Weld County, its successors or assigns; its elected officials, employees, agents, affiliated entities, and volunteers as Additional Insureds" with respect to liability arising out of the activities performed by or on behalf of the Contractor". On insurance policies where Weld County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and 7 project description shall be noted on the Certificate of Insurance. The County reserves the right to require complete, certified copies of all insurance policies required by this Agreement at any time, and such shall also be deemed confidential. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 15. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non - renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 16. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described 8 insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 17. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor 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. 18. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 19. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 20. Indemnity. The Contractor shall indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against any and all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs, (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused in whole or in part by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation Law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration of award of this contract, the Contractor agrees to 9 waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. A failure of Contractor to comply with these indemnification provisions shall result in County's right but not the obligation to terminate this Agreement or to pursue any other lawful remedy. 21. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 22. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 23. 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. 24. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or 10 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Madessa Hoffer -Dye Position: Commercial Sales Address: 2200 E Lincoln Ave, Fort Collins, CO 80524 Address: E-mail: mhoffer-dye@mgsmail.com Phone: 970-493-7510 TO COUNTY: Name: Fransisco Amparan Position: Deputy Director Address: 1399 N. 17th Ave Greeley, CO 80631 Address: E-mail: famparan@weld.gov Phone: 970-400-3517 25. Compliance with Law. Contractor 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. 26. 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. 27. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 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. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 11 30. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 31. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, 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. 32. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other immunities, rights, benefits, and protections, provided by the Colorado Governmental Immunity Act §§24-10-101 et seq., as from time to time amended, or otherwise available to the County, its subsidiary, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. 33. 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. 34. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado, or its designee. 35. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 36. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)), nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. 12 Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 37. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 38. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. 13 c Or Y, By: Maxc'ey True k x,,n Name: Aldaessa kif,"Dy Title: Cor inerc:,i 5alfs 13/202,5' Date of Signature WELD COU TY: �,�,/ ATTEST: �� o;64. BOARD OF COUNTY COMMISSIONERS Weld ounty lerk t the Board WELD COUNTY, COLORADO BY: Depu y Clerk to the oar •.: L /: uck, Chair 14 AUG 2 7 2025 Cic ^? 743 EXHIBIT A Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80631 Goods - Invitation for Bid (IFB) Cover Sheet Bid Number: B2500090 Title: Crane Body and Installation Advertisement Date: June 24, 2025 Pre- Bid Meeting: July 8, 2025, at 1:00 PM Pre- Bid Location: Microsoft Teams Meeting Questions Due: July 15, 2025, by 3:00 PM Questions Posted: July 22, 2025, by 3:00 PM Questions email: bidsl weld.gov Bid Due Date: July 29, 2025, by 9:00 AM, Purchasing's Clock Bid Delivery: Preferred email to bidsaweld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids(a�weld.gov Documents Included in this Bid Package IFB Schedules Schedule A: Bid Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Weld County Contract Rider Form Revision 6-2025 Table of Contents Goods - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 Table of Contents 2 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 4 Cooperative Purchasing 5 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Specific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 9 Schedule D - Bid Response Form 10 Bid Submittal Instructions 10 Fees 10 Attestation 10 Schedule E - Weld County Contract Rider 12 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: One (1) Crane Body installed on a County provided cab chassis. A pre -bid conference will be held on July 8, 2025, at 1:00 PM using the following Microsoft TEAMS Meeting: Microsoft Teams By Phone Join the meeting now +1 720-439-5261„483901117# Meeting ID: 275 460 576 504 1 Passcode: GU3h7ih9 United States, Denver Phone conference ID: 483 901 117# Bids will be received until: July 29, 2025 at 9:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on July 29, 2025 at 9:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now Meeting ID: 296 136 734 171 6 Passcode: 2xZ2NK7B +1 720-439-5261„235961883# United States, Denver Phone conference ID: 235 961 883# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bidst weld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation # B2500090 Page 3 Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. 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 be 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 Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. 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. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. 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 Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, 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 Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Solicitation # B2500090 Page 4 Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation # 82500090 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a turn -key lump sum project for a vendor to provide a Crane Body installed on a County provided cab chassis. Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities Weld County has purchased a rolling stock truck chassis 2025 Ford F-550 84" CA. This bid is for a turn -key purchase and installation onto that chassis with the following minimum specifications. 1. The truck chassis is scheduled for delivery on June 25, 2025 to the 1399, North 17th Avenue, Greeley CO location. 2. The bidder is required to pick up chassis and return vehicle complete with service body to 1399 N. 17th Avenue Greeley, CO. All transportation costs shall be included in the bid. 3. The desired service body is a Summit 7 Series, as specified in this bid, or equivalent. 4. Chassis: a. Chassis will be Ford 17,500 lb. GVWR. With gasoline engine. b. Chassis does not have PTO but is PTO capable. 5. Body: a. Torsion box understructure with 14 gauge, minimum, galvanneal steel. b. The floor shall be 12 gauge, minimum, with treadplate pattern. c. Floor width: 50-54 inches. d. Body length: 130-134 inches. e. Body width: 98 inches, maximum. f. Height: 40-44 inches. g. The front of the body shall include a headache rack. , h. 4 cargo tie -downs inside the bed. D -ring type with 6,000 lbs. capacity, minimum. i. Slam tailgate with center latch and hinge stop(s). , 6. Paint and Placards: a. Paint Body Single Stage White b. Epoxy Primer Seal for Adhesion c. Rubberized Undercoat Applied to Underside of Body Solicitation # B2500090 Page 6 d. Safety Placards and Decals 7. Outrigger Bumper: a. Shall include 2 -inch receiver hitch and 7 -pin flat connector. b. Must include vice mounting area, curbside. c. Shall include pass -through compartment with a door on each side. d. 21 -inch -deep step and work surface. e. Grip strut and or grip tape shall be included for all step surfaces., f. Lower height flexible step on both sides of the bumper with handholds for safety., 8. Side Compartments: a. All compartment doors shall have t -handle latches. b. All doors shall have seals to prevent dust and moisture intrusion. c. All hinges must be aluminum or stainless steel and continuous. d. Vertical doors shall include a spring mechanism to prevent involuntary swing. e. Compartments shall be approximately 18 inches inside depth. f. Master locking system to allow one entire side of compartments to be locked with a padlock., 9. Curbside front vertical compartment: a. Extended height compartment. Shall be 60-66 inches tall. b. Gas bottle retainers for 2 bottles. c. Minimum of 3 adjustable shelves. 10. Curbside second vertical compartment: a. 2 adjustable shelves with dividers., 11. Curbside middle horizontal compartment a. 1 adjustable shelf with dividers., 12. Curbside rear compartment (crane compartment): a. Outrigger controls., b. Electrical switch panel for lighting., c. Hose reel 13. Streetside front compartment: a. Aluminum mechanic drawers: b. 3 -inch drawers, Qty: 3, minimum. c. 5 -inch drawers, Qty: 2, minimum. d. 7 -inch drawer, Qty: 1, minimum. 14. Streetside second vertical compartment: a. 2 adjustable shelves. , 15. Streetside horizontal compartment: a. 1 adjustable shelf with dividers. 16. Streetside rear compartment: 2 adjustable shelves with dividers. , 17. Crane: a. Acceptable Manufacturers: Summit, Tiger or Stellar. b. Must be hydraulic, electric crane not acceptable., c. Maximum Rated Capacity: 5,000 lbs., minimum. , d. Rotation: 360 degrees, minimum, non -continuous. , e. Reach: 21 feet, minimum. , f. Proportional controls., g. Wireless remote with backup manual controls. , h. Outriggers: Hydraulic or manual side adjustments with hydraulic up/down. , i. Shall include boom rest to secure boom when not in use. , 18. Compressor: a. Acceptable models: BOSS, Stellar, or VMAC. b. Output: Minimum 40 CFM @ 100 psi. c. Must be 100% duty cycle. Solicitation # B2500090 Page 7 d. Shall include underbody air tank. e. Cold weather climate kit to reduce startup time. f. Filter and regulator in crane compartment. g. Hose reel: 50 -foot x1/2 inch with fairlead, mounted in crane compartment. 19. Hydraulic system: a. Chassis is PTO capable but does not include PTO. b. The installer shall provide PTO and pump. c. The pump shall be sufficiently rated to properly supply the crane and hydraulic compressor simultaneously without impacting performance. d. The hydraulic tank shall include a sight gauge or dipstick. 20. Electrical: a. LED lighting inside all compartments. b. LED work lights. Minimum 4 work lights mounted on top of the box., c. Switches for lighting mounted in crane compartment. d. 2 front grill or bumper -mounted strobes and 2 rear -facing strobes mounted on the back surface of the crane body near taillights. e. The left side (driver's side) shall be amber. f. The right side (passenger side) shall be amber. g. Shall include approximately 30 inches LED light bar installed behind the grill. Rigid PN R193031 or County -approved equivalent. h. OEM backup camera must remain functional. i. Back-up alarm; auto adjusting. 21. Rendering or drawing/ brochure Solicitation # B2500090 Page 8 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Pre -Proposal Meeting Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) June 24, 2025 July 8, 2025, at 1:00 PM Microsoft TEAMS Meeting July 15, 2025, by 3:00 PM bidsCa)_weld.gov July 22, 2025 July 29, 2025, by 9:00 AM Purchasing's Clock August 6, 2025 August 20, 2025 Solicitation # B2500090 Page 9 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. July 29, 2025 @ 9:00 AM. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Item Costs Service Body $ Installation $ Pickup & Delivery $ Other (define) $ Total Cost $ Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2500090 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Weld County Contract Rider terms 6. The signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to, product specifications and scope of services) as well as all Exhibits and Schedules, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Item Company Name: Address: Entry Solicitation # B2500090 Page 10 Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Date of Signature Name: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO By: Deputy Clerk to the Board Perry L Buck, Chair Solicitation # B2500090 Page 11 Schedule E - Weld County Contract Rider 1. Introduction. By submitting a bid (hereinafter referred to as "Bid") in response to the County's request for bid (hereinafter referred to as "IFB"), as applicable, Contractor expressly agrees to be bound by all of the terms contained in the IFB, including the following. The acceptance and approval of the Contractor's Bid by the Board of County Commissioners constitutes the County's acceptance of Contractor's offer, which shall be an enforceable contract by either party at the time that County delivers a copy of such acceptance to Contractor. 2. Purchase of Goods. Contractor agrees to procure the goods, materials, equipment and/or products (collectively referred to herein as "Goods") required by County described in this IFB. Contractor shall further be responsible for timely delivery and acknowledges that a failure to comply with the standards and requirements of IFB within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the County's acceptance of Contractor's Bid and continues until such time as Contractor has delivered all Goods described in this IFB, or until such as may be specified elsewhere in this IFB. In no event shall the term continue beyond one year from County's acceptance of Contractor's Bid. 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. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, Contractor shall deliver and County shall take possession and ownership of all Goods for which County has paid and accepted, by whatever method it deems expedient. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for Goods delivered to and accepted by County. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation; Invoicing. Upon Contractor's delivery of the Goods and County's acceptance of the same, County agrees to pay Contractor as set forth in the Bid. No payment in excess of that set forth in the Bid will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, Solicitation # B2500090 Page 12 shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). Unless otherwise provided in the IFB, Contractor shall invoice County for all Goods provided by Contractor under this Agreement within thirty (30) days of acceptance of such Goods by County, and County shall remit payment to Contractor for all undisputed funds within thirty (30) days of receiving such invoice. County shall include a written explanation for the nonpayment of any disputed funds, and the parties shall cooperate to resolve the dispute in a reasonable timeframe. 7. Definitions "Standard:" When the word "standard" is used in the IFB to describe an item of equipment or its 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. "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. "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. 8. General Specifications, conditions, and information. Design: Unless otherwise specified, 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. Solicitation # B2500090 Page 13 9. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed 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. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 11. 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. 12. Compliance with Law. Contractor 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. 13. 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. 14. Entire Agreement/Modifications. This Agreement including the remaining terms of the IFB and the Bid constitute the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 15. 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. 16. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement shall survive any such expiration or termination. 17. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, 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. Solicitation # B2500090 Page 14 18. Governmental Immunity. No term or condition of this Agreement 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. 19. 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. 20. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 21. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 22.Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. Solicitation # B2500090 Page 15 MGS Incorporated Jeff Wick 178 Muddy Creek Church Rd Denver Pennsylvania 17517 United States EXHIBIT B TRAILER SALES S TRUCK FITTING Maxey Trailer Sales and Truck Fitting Trailer Sales: Truck Fitting: Parts Sales: 1908 S.E. Frontage Rd. 2200 E. Lincoln Ave. 2200 E. Lincoln Ave. Fort Collins, CO 80525 Fort Collins, CO 80524 Fort Collins, CO 80524 (970)484-0557 (970)493-7510 (970)493-7510 Fax: (970) 484-9569 Fax: (970) 493-0514 Fax: (970) 530-0116 www.mgsincorporated.com www.maxeyco.com Quote Number: 51855 QUOTE Page: 1 of 3 Quote To; WELD COUNTY 1150 O STREET GREELEY CO 80631 USA Phone: 970-356-4000 Fax: 970-353-8789 Date: 7/24/2025 Expires: 8/23/2025 Terms: Net 30 Days Ship Via: Sales Person: Madessa Hoffer -Dye Fax: RESPONSE TO SOL /C/TA TION# 82500090 QUOTE VALID 30 DAYS QUOTE DOES NOT INCLUDE SALES TAX ANTICIPATED LEAD TIME. 18 WEEKS UPON RECIPT OF CHASSIS Line Part Description QuotForm:001:00 U.S. Dollars Rev Expected Qty Unit Price Ext. Price Drawing Maxey Trailer Sales and Truck Fitting Trailer Sales: Truck Fitting: Parts Sales: 1908 S.E. Frontage Rd. 2200 E. Lincoln Ave. 2200 E. Lincoln Ave. Fort Collins, CO 80525 Fort Collins, CO 80524 Fort Collins, CO 80524 (970) 484-0557 (970) 493-7510 (970) 493-7510 Fax: (970) 484-9569 Fax: (970) 493-0514 Fax: (970) 530-0116 www_mgsincorporated.com www.maxeyco.com Quote Number: 51855 I QUOTE Page: 2 of 3 TMAX1 1.00 EA 109,145.00 109,145.00 STELLAR TMAX1 STEEL BODY W/ 5521 CRANE STELLAR TMAX 30K-11' CRANE BODY W/ ALUMINUM DOORS, CURB SIDE 1V RAISED TO 60" HIGH TORSION BOX UNDERSTRUCTURE W/ ISOLATED CRANE COMPARTMENT, MASTER LOCK SYSTEM, EXTERIOR DOT LIGHTS, 22"DX44"H SIDE PACKS, 133" LONG, 21" WORK BENCH BUMPER W/ THROUGH COMPARTMENT, (6) RECESSED CARGO TIE -DOWNS, (2) REAR MOUNTED GRAB HANDLES, DUAL SEAL AUTOMOTIVE TYPE COMPARTMENT WEATHER SEAL, RUBBER FENDERETTES, ALUMINUM COMPARTMENT DOORS, 12" FOLD DOWN TAILGATE, 2&3 POINT STAINLESS STEEL COMPRESSION LATCHES, STAINLESS STEEL "BILLET STYLE" HINGES, SPRING LOADED DOOR STOPS, WELD ON RECEIVER HITCH, PRIME PAINTED A40 GALVANNEAL, UNDERCOATED. INTERIOR COMPARTMENT OPTIONS: -SS1VF: ROLLOUT DRAWERS W/ LIGHT BAR -SS1VR: TWO ADJUSTABLE SHELVES W/ DIVIDERS -SS HORIZONTAL: ONE ADJUSTABLE SHELF W/ DIVIDERS -SS REAR: TWO ADJUSTABLE SHELVES W/ DIVIDERS -CS1V: V TWO BOTTLE OXYGEN ACETYLENE HOLDERS & J -HOOK -CS1V: V: DIVIDER KIT & THREE ADJUSTABLE SHELVES-CS2V: TWO ADJUSTABLE SHELVES W/ DIVIDERS -CS HORIZONTAL: ADJUSTABLE SHELF W/ DIVIDERS -CS REAR: OPERATOR CONTROL BOX & CRANE COMPONENTS ADDITIONAL FEATURES: -(4) 12V LED FLOOD LIGHTS -FRONT & REAR LED AMBER STROBE LIGHTS -30" AMBER LIGHT BAR IN GRILL -ROCK GUARDS ON FRONT OF EACH SIDE PACK -REAR SLIDE OUT STEP & HANDHOLD -2" RECEIVER TUBE W/ 7 BLADE RECPTACLE -MUDFLAPS, BACK UP ALARM, 7 BACKUP CAMERA -ICC SAFETY KIT & FIRE EXTINGUISHER IN CAB -20 GALLON TOP DECK HYDRAULIC RESERVOIR (AGAINST FRONT BULKHEAD) -PTO & MAIN HYDRAULIC PUMP -BILLET STYLE STAINLESS STEEL HINGES COMPRESSED AIR SYSTEM: STELLAR 45R HYDRAULIC DRIVEN ROTARY SCREW AIR COMPRESSOR THAT PRODUCES 45 CFM @ 100 PSI, ROTARY AIR END, AIR FILTER, OIL FILTER, AIR/OIL SEPERATOR, PRESSURE SWITCH W/ SOLENOID VALVE, OIL COOLER, FAN, HYDRAULIC MOTOR, AND VALVE BLOCK WI PRESSURE REFLIEF. INCLUDES STEEL BASE, ENCLOSURE, AND FLIP UP LID. SPRING REWIND HOSE REEL W/ .50X50' HOSE AND QUICK COUPLER- MOUNT IN RIGHT REAR, IN -LINE MOISTURE SEPARATOR/FILTER-LUBRICATOR-REGULATOR & 10 GALLON UNDER DECK AIR RECEIVER TANK HYDRAULIC TELESCOPIC CRANE: STELLAR MODEL 5521 21 -FT TELESCOPIC PTO HYDRAULIC DRIVEN FIELD SERVICE CRANE: 29,500 FOOT/POUND RATING, 5,000 LB CAPACITY, HEXAGONAL BOOMS, 400 DEGREE ENCLOSED PLANETARY GEAR BOX ROTATION, DOUBLE ACTING CYLINDERS W/ INTEGRAL HOLDING AND/OR COUNTERBALANCE VALVES, FULL PROPORTIONAL RADIO REMOTE CONTROL, HYDRAULIC PLANETARY WINCH, CRANE HOOK, QUICK RELEASE SNATCH BLOCK, ANTI -TWO -BLOCK DEVICE, HYDRAULIC OVERLOAD SHUTDOWN SYSTEM CRANE FEATURES: -5521-21FT CRANE PAINTED WHITE WI BLACK INTERNAL EXTENSION BOOMS -TWO HYDRAULIC EXTENSIONS TO 21' -PROPORTIONAL RADIO REMOTE CONTROL W/ CRANE DYNAMICS TECHNOLOGY -REAR MANUAL EXTENDING (CRANE SIDE) HYDRAULIC UP/DOWN STABILIZER KIT - ADJUSTABLE BOOM SUPPORT WI ROLLER REST MOUNTED ON BODY DIMENSIONS: 32.5"LX22"WX23.5"H WEIGHT: 2806 QuotForm:001:00 TRAILER SALES d TRUCK FITTING Maxey Trailer Sales and Truck Fitting Trailer Sales: Truck Fitting: Parts Sales: 1908 S.E. Frontage Rd. 2200 E. Lincoln Ave. 2200 E. Lincoln Ave. Fort Collins, CO 80525 Fort Collins, CO 80524 Fort Collins, CO 80524 (970)484-0557 (970)493-7510 (970)493-7510 Fax: (970)484-9569 Fax: (970)493-0514 Fax: (970)530-0116 www.mgsincorporated.com www.maxeyco.com Quote Number. 51855 - QUANTITY BREAKS - Quantity 1.00 EA QUOTE Unit Price 109,145.00 /1 Page: 3 of 3 Lines Total Total Taxes Line Miscellaneous Charges Quote Miscellaneous Charges Quote Total 109,145.00 0.00 0.00 0.00 109,145.00 Thank you for your business! QuotForm:001:00 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. July 29, 2025 @ 9:00 AM. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completedlacknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below Item Costs Service Body Installation $io9lys' $o $o Pickup & Delivery Other (define) $ 0 Total Cost $lo9,MC Attestation The undersigned, by his or her signature, hereby acknowledges and represents that. 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the invitation for Bid for Request B2500090 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Weld County Contract Rider terms 6. The signed bid submitted. all of the documents of the Invitation for Bid contained herein (including. but not limited to, product specifications and scope of services) as well as all Exhibits and Schedules, and the formal acceptance of the bid by Weld County. together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Item Company Name: Address: Entry /axey ixbch F1/'y n o° if L -nrotn Ave, Fork Call; ns Co 5a S2 Solicitation # B2500090 Page 10 Phone 1970- H93 75/0 Email: FEIN/Federal Tax ID #: Info%rri•aye etn5.5 q:l.fool 234605'766 CONTRA T By: 7-,23 -2s Date of Signature Name: /Kfa cIe'ssa fl /('-oyh Title: Cornalerc:al sales WELD COUNTY: ATTEST: Weld County Clerk to the Board By: Deputy Clerk to the Board Perry L Buck, Chair BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Solicitation # 82500090 Page 11 Addendum # I Bid Request Number B2500090 Crane Body and Installation Currently Reads: 1. Page 6 of the specifications state: Chassis: a. Chassis will be Ford 17,500 lb. GVWR. With gasoline engine. b. Chassis does not have PTO but is PTO capable. Change: The request was a build sheet of the chassis for this build. The build sheet is attached. Currently Reads: 1. Page 7 of the specifications state: Compressor: c. Acceptable models: BOSS, Stellar, or VMAC. d. Output: Minimum 40 CFM @ 100 psi. e. Must be 100% duty cycle. Change: The question was if a compressor at 45CFM would be acceptable. The answer is yes as the specification is 40CFM minimum. Addendum Acknowledgement ***"A signed copy must be submitted with your bid. Thank vou!"•' Company Name: A,fr�^T i k Date of Signature Signature: Name: Af de s% //a/Eii-Oyr Title: Comnne2.:al Sale, July 22, 2025 5521 ELECTRIC -HYDRAULIC CRANES 5,000 -lb Capacity with 21' of Reach When the challenges get heavier, the Stellar® 5521 Electric -Hydraulic Truck Crane is ready for action. It has the lifting capacity to help agriculture operations, construction companies, public utilities, municipalities and more tackle a wide range of jobs. ADDITIONAL INFORMATION • Selection. Available in electric and hydraulic models. ■ Proportional Radio Remote. Can be operated with the handheld CDT`" Radio Remote Control System, which includes a capacity alert communication system and a safe mode function. The crane control system gives operators precision control while allowing them to stand in the best possible position to achieve their job efficiently. • Planetary Winch. Featuring a hydraulic or mechanical brake system, it lifts the maximum crane load and offers the smoothest and fastest speeds in the market today for maximum productivity. ■ Superior Boom Articulation. Stellar Electric -Hydraulic Cranes make loading easier with industry -leading -10 degrees to +80 degrees articulation. • Full Hydraulic Extension. No manual extension is required for hydraulic models. A configuration with one hydraulic and one manual boom is standard, and an optional boom configuration of two hydraulic boom extensions is available. • Internal Extension Cylinder. Delivers the same extension boom performance as our larger cranes. • Quick -Release Snatch Block Stow. Easily stow your snatch block on the underside of the boom after use. The unique design gently releases the snatch block for use when the boom is raised at close to 60 degrees to ensure a safe and orderly deployment. • Strong Rotation System. The cast iron base and internal mechanical stop provide the most durable rotation system found in the industry. • Counterbalance Valves. Included on each cylinder to prevent unintended cylinder movement should a hose break. • Greaseable Pivot Bushings. Each pivot pin location includes bushings and grease zerks to simplify maintenance and help ensure years of use. • Innovative Boom Design. Stellar's boom design delivers a stronger and better -aligning boom than the square booms of other brands. • Bar -Style Anti -Two Block. The low -profile, bar -style anti -two block system allows for easy access to the tightest lifting locations. ■ Certified. Meets ANSI 830.5 and OSHA 1910.180 specifications. SPECIFICATIONS Crane Rating (with Boost)*: 29,500 ft -lb (4.1 tm) Standard Boom Length: 11' (3.35 m) from CL of crane Boom Extension: • 1st Stage: Hydraulic 60" (152.4 cm) • 2nd Stage: Manual 60" (optional) Maximum Horizontal 21' (6.4 m) from CL of crane Reach: Maximum Vertical Lift 22' 11" (6.99 m) from crane base Lifting Capacity**, 5,000 lbs @ 5' 10" (2,268 kg @ 1.78 m) 1,400 lbs @ 21' (635 kg @ 6.4 m) Boom Elevation: -10° to +80° Stowed Height (crane only): 33" (83.8 cm) Mounting Space Required: 20" x 21" (50.8 x 53.3 cm) Approximate Crane Weight 5521 (electric) 2H: 1,480 lbs (671 kg) 1 H1 M: 1,365 lbs (630 kg) 5521 (hydraulic) 2H: 1,390 lbs (631 kg) 1H1M: M: 1,275 lbs (578 kg) Winch: • Rope Diameter: • Line pull speed: • Max. single part line: • Max. double part line: Rotation: Power Supply Required: 5/16" (0.794 cm) 70 ft/min (21.34 m/min) 2,500 lbs (1,135 kg) 5,000 lbs (2268 kg) 400° power (worm gear) 12V Power Unit: 2 gpm @ 2,500 psi (7.6 Ipm @ 172 bar) PTO & Pump' 8 gpm @ 2,500 psi (30.31 Ipm @ 173 bars) Min. Rec. Chassis (GVRW): 16,000 *Crane rating in Boost Mode. Normal crane rating is 25,000 ft-lbs (3.46 TM). **Maximum capacities in Boost Mode. Weight of load handling devices are part of the load lifted and must be deducted from the capacity. Maximum 1 - part line capacity is 2500 Ibs (1135 kg). For greater loads use 2 - part line. 1945 Ibs 080 k9 16501bs 745 kq 2120 lb, 960 kg 18001bs 815 kg t 620 Ibs rao kg 1375 Ibi 820 kg 1945 Ibs 880 kg 1650 Ibs 745 kg 18401bs BJO kg 1 $60 Ibs 705 kg ■Boost 1M 11aWPMd1 NI Standard 1475 Ibs 665 kg 12501bs 565 kg t8701bs 850 kg 1585 Ibs 720 kg 0' 11' 16' 3.35m 4.88m 6.40m 1 b25 Ibs 615 kg /2051bs 545 kg STEL!ff 552 1 • _ PN 72816 - Rev B. Capacity Chart 056.47 3215 J0.82m] 15.75 12,61 (0.40,1} [0.32,1 Dimensions 37 j1.14mj 1 rfc- f0ffiml - tb4`' onT Geometric Dimensions 190 State Street 1 Garner, loss 50438 1 1800.321 3741 © Stellar. All rights reserved. Sit TMAXTM 30K MECHANIC TRUCK Quality comes standard with the TMAX 30K. The innovative engineering and precision construction make it a workhorse, and the lighter weight delivers increased payload. But don't let the lighter weight make you think there's a sacrifice in performance and longevity. The TMAX 30K is a proven performer built for years of service. Side packs on the aluminum model'are constructed of 1/8" aluminum with highly engineered forming, welding, connecting and supporting techniques to deliver superior tool -carrying capability and extreme corrosion resistance. ADDITIONAL INFORMATION New Features for 2025 TMAX Models: • Mounting rails integrated within compartments allow for fully customizable configurations. • Ease of wiring access with added pre -drilled holes between compartments for seamless wiring installation. • Easily add a wide range of mechanic service truck accessories, like bale -handle drawer sets and bolt bins for better organization. • Hydraulic reservoir design features a top -mounted filter for easier maintenance. • Simplified back -end design minimizes welded holes on the truck body for improved performance. • Mudflaps positioned to wire guards to avoid interference with exhaust systems. Proven Performance: Available in either 9', 11', or 13' bodies. Stellar's torq-isolator crane support design isolates the crane compartment from the rest of the side pack. Lifting stresses are transferred to the stabilizers and box -type subframe, not the compartment doors. Aluminum extruded top with drill -free mounting rails make it easy to add a wide range of mechanic service truck accessories. Aluminum sidepack and doors reduce weight and corrosion, allowing for more payload and longer life. Bodies feature either a 14" steel step bumper or a 21" steel workbench bumper with an integrated full - width long bar storage compartment and vise mounts. Roller -type boom support helps center the crane boom when stowing. Stainless -steel billet -style hinges have hidden fasteners and a rugged 5/16" stainless -steel rod for years of heavy use. Rotating master -lock system for security. Exterior mounted light box provides easy mounting for work lights and other accessories while minimizing entry points into the body. 3 -point compression latches keep weather-stripping tight while allowing easy access. Double -panel 1/8" aluminum tailgate with hinged arm brackets provides a stout working surface. 250 -lb capacity, adjustable divider shelves made of spangled galvanized steel. Complete undercoating, with minimum of 6.5 mils of petroleum base material, provides extra protection from corrosion and road debris. Easily add a wide range of mechanic service truck accessories. Models: SPECIFICATIONS ALUMINUM Applicable Chassis: 14,000 - 22,900 GVWR Clear Cab to Axle: 60" (152 cm) or 84" (213 cm) Body Length: 109" (277 cm) or 133" (338 cm) Compartment Depth: 22' (56 cm) Floor Width: 50' (127 cm) Body Width: 94' (239 cm) Body Height • 44" (112 cm) •52" (132 cm) with or without an 8" (20 cm) drop well for 60" bottle storage Net Weight 2,038 - 3,105 lbs (925 - 1,409 kg) COMPATIBLE CRANES Crane Rating Max. Reach Max. Capacity Control Systems Electric Cranes EC3200 EC4000-16 EC4000-20 EC5000 Electric -Hydraulic Cranes 3315 4421 5521 6521 STELIg. 11,500 ft -lb 15' (4.57 m) 3,200 lbs (1,451 kg) Yes 16,000 ft -lb 16' (4.88 m) 4,000 lbs (1,814 kg) Yes 16,000 ft -lb 20' (6.10 m) 4,000 lbs (1,814 kg) Yes 25,000 ft -lb 20' (6.10 m) 5,000 lbs (2,268 kg) Yes 11,500 ft -lb 15' (4.57 m) 3,200 lbs (1,451 kg) CDT" 16,000 ft -lb 21' (6.40 m) 4,000 lbs (1,810 kg) CDT" 29,500 ft -lb 21' (6.40 m) 5,000 lbs (2,268 kg) CDT" 35,000 ft -lb 21' (6.40 m) 6,000 lbs (2,722 kg) CDT' 190 State Street 1 Garner, Iowa 50438 I 1 800 321 3741 ©Stellar. All rights reserved. 7/29/25, 8:03 AM Vendor Details i BidNet Direct `)ROCKY MOUNTAIN IOrganization Working Categories Contacts Bids History Downloads Notifications SOLICITATIONS VENDORS CONTRACTS TOOLS REPORTS Organization Organization Number County/Region Website mgsincorporated.com, maxeyco.com, mgstrailerstore.com Registration Date Status Company Description Address Phone Email jwick@mgsmail.com MGS, Incorporated was founded in 1962 & headquartered in Denver, PA., with long standing dealership locations in Fort Collins, Colorado to serve the Western US. We offer solutions for any type of transporation need. Specializing in trailers (equipment, cargo/enclosed, horse & livestock, goosneck, dump trailer, air brake...etc) and a full line of truck equipemnt (service bodies, flatbeds, dump beds...etc) MGS Inc , is able to have a national footprint through our strategic dealership placement. • Products & Services Highlights Specializing in Trailers & Truck Equipment Locations. MGS Trailer Store (Denver: PA) Maxey Trailer Sales (Fort Collins, CO). Trailer Products: MGS Trailers, Big Tex Trailers, Wells Cargo Trailers, Haulmark Trailers, Car Mate Trailers, Alums Trailers, Cargo Express Trailers, Felling Trailers Truck Equipment Products: CM Truck Beds, CM Service Bodies, STAHL Service Bodies, Rugby Truck Beds, Crane Bodies, Cranes, Tommy I_iftgates, Maxxon Liftgates Key Customers USDA City & County of Broomfield, CO Town of Windsor, CO of Thornton, CO National Parks Service Colorado Game & Fish Xylem Dewatering Atlas Copco Keiwitt State of Wyoming Bureau of Land Management US Army Corps of Engineers Department of the Interior Chat Now https://www.bidnetdirect.com/private/buyer/vendors/details/15368021 1/2 7/29/25, 8:03 AM Vendor Details I BidNet Direct City of Boulder, CO. EOG Resources T.A. Pelsue Promotional Material ▪ mgsTS_Logo_BIacILDS,png ▪ MaxeyMGS TSTF Signature - Transparent,png Maxey Transportation,png Registration Information Business Structure Owner Ethnicity Established Since ROCKY MOUNTAIN Business Type Number of Employees W-9 ID Form w-9 MGS Inc_11.16.22.pdf Upload Date 03/07/2024 1028 AM MST Rocky Mountain E -Purchasing System Member Since Last Update Date Membership Level Is your company SBE certified by the City of Denver? Do you have any other M/WDBE Certifications? Other certification names: Terms 8 Conditions I Privacy Policy I Accessibility Status Last Update By https://www.bidnetdirect.com/private/buyer/vendors/details/15368021 2/2 ( AC Rd DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE I 8/15/2025 PRODUCER BOATERS INSURANCE AGENCY INC 809 Podva Road Danville, CA 94526 (925) 594-6136 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ALTER THE COVERAGE AFFORDED BY THE POLICIES OR BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED MGS, Inc. tea: Maxey Trailer Sales; otha Maxey Truc 178 Muddy Creek Church Rd Denver, PA 17517 1(7171 336-7528 INSURERA Travelers Property Casualty Co 25674 INSURER a INSURER C: INSURER D: NSURER E 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 CONTRACT OR 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 LIMBS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TV NSRD TYPF nF IN.JRAN, POLICY NUMBER r1AQTLF%MRE/ DI1NYYY 17AQTF/MM PIN �N LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY 1� ICLAIMSMADE OCCUR 630-50148033-TIL-25 8/15/2025 8/15/2026 EACH OCCURRENCE $ 1.000.000 DAMAGE 1 I REN 1 ED PREMISES (Ea occurencel $ 1.000.000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1.000.000 GENERAL AGGREGATE $ 2.000.000 PRODUCTS - COMP/OP AGG $ 2.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY D PcrOr LOO AUTOMOBILE LIABILITY _ ANY AUTO ALL OWNED AUTOS _ SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/ UMBRELLA LIABILITY OCCUR 0 CLAIMS MADE DEDUCTIBLE RRETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY y/ ANY PROPRIETOR/PARTNER/EXECUTIVE 11 inN EXCLUDED? U (Mandatory in NH) (Mandatory If Yes, describe under SPECIAL PROVISIONS below I-ff,, i MTTS I PR - E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Proof of coverage DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANYKIND UPON AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 1 ACORD 25 (2009/01) © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo am registered marks of ACORD Houstan Aragon From: Sent: To: Cc: Subject: Approved as to content. Thank you, COUNTY, CO Fransisco Amparan Monday, August 25, 2025 9:49 AM Houstan Aragon; Bruce Barker; Karin McDougal; Matthew Conroy; Byron Howell; Adria Schiel; Will Grumet; Toby Taylor; David Springer CTB RE: SIGNATURE REVIEW: PROFESSIONAL SERVICE AGREEMENT FOR CRANE BODY AND INSTALLATION (BID #B2500090) - MGS, INC., DBA MAXEY TRAILER SALE, DBA MAXEY TRUCK FITTING Fransisco Amparan Deputy Director Fleet Services Office: 970-400-3517 Cell: 970-502-8184 1399 N. 17th Ave., Greeley, CO 80631 ONO ® O Join Our Team IMPORTANT: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Houstan Aragon <haragon@weld.gov> Sent: Monday, August 25, 2025 8:50 AM To: Bruce Barker <bbarker@weld.gov>; Karin McDougal <kmcdougal@weld.gov>; Matthew Conroy <mconroy@weld.gov>; Byron Howell <bhowell@weld.gov>; Adria Schiel <aschiel@weld.gov>; Will Grumet <wgrumet@weld.gov>; Toby Taylor <ttaylor@weld.gov>; David Springer <dspringer@weld.gov>; Fransisco Amparan <famparan@weld.gov> Cc: CTB <CTB@co.weld.co.us> Subject: SIGNATURE REVIEW: PROFESSIONAL SERVICE AGREEMENT FOR CRANE BODY AND INSTALLATION (BID 982500090) - MGS, INC., DBA MAXEY TRAILER SALE, DBA MAXEY TRUCK FITTING Importance: High Good morning, Please review and advise as to placement on the Wednesday, August 27, 2025, Consent Agenda. Please also remember to reply -all to this email. David/Fransisco — Please respond as to content Legal — Please respond as to form Toby — Please respond as to bid specs Thank you, CO U NTY, CO Houstan Aragon Deputy Clerk to the Board Desk: 970-400-4224 P.O. Box 758, 1150 O St., Greeley, CO 80632 00000 Join Our Team IMPORTANT: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. 2 Houstan Aragon From: Sent: To: Cc: Subject: Toby Taylor Monday, August 25, 2025 1:12 PM Houstan Aragon; Bruce Barker; Karin McDougal; Matthew Conroy; Byron Howell; Adria Schiel; Will Grumet; David Springer; Fransisco Amparan CTB RE: SIGNATURE REVIEW: PROFESSIONAL SERVICE AGREEMENT FOR CRANE BODY AND INSTALLATION (BID #B2500090) - MGS, INC., DBA MAXEY TRAILER SALE, DBA MAXEY TRUCK FITTING Approved for bid specs and subsequent award. Toby Taylor MBA, NIGP-CPP Procurement Manager Weld County Finance Desk: 970-400-4454 P.O. Box 758, Greeley, CO 80632 ttaylor@weld.gov 0 GOO Join Our Team IMPORTANT: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Houstan Aragon <haragon@weld.gov> Sent: Monday, August 25, 2025 8:50 AM To: Bruce Barker <bbarker@weld.gov>; Karin McDougal <kmcdougal@weld.gov>; Matthew Conroy <mconroy@weld.gov>; Byron Howell <bhowell@weld.gov>; Adria Schiel <aschiel@weld.gov>; Will Grumet <wgrumet@weld.gov>; Toby Taylor <ttaylor@weld.gov>; David Springer <dspringer@weld.gov>; Fransisco Amparan <famparan@weld.gov> Cc: CTB <CTB@co.weld.co.us> Subject: SIGNATURE REVIEW: PROFESSIONAL SERVICE AGREEMENT FOR CRANE BODY AND INSTALLATION (BID #B2500090( - MGS, INC., DBA MAXEY TRAILER SALE, DBA MAXEY TRUCK FITTING Importance: High Good morning, Please review and advise as to placement on the Wednesday, August 27, 2025, Consent Agenda. Please also remember to reply -all to this email. David/Fransisco — Please respond as to content Legal — Please respond as to form Toby — Please respond as to bid specs Thank you, Asa COUNTY, CO Houstan Aragon Deputy Clerk to the Board Desk: 970-400-4224 P.O. Box 758, 1150 O St., Greeley, CO 80632 00000 Join Our Team IMPORTANT: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. 2 Houstan Aragon From: Sent: To: Cc: Subject: Byron Howell Tuesday, August 26, 2025 1:30 PM Houstan Aragon; Bruce Barker; Karin McDougal; Matthew Conroy; Adria Schiel; Will Grumet; Toby Taylor; David Springer; Fransisco Amparan CTB RE: SIGNATURE REVIEW: PROFESSIONAL SERVICE AGREEMENT FOR CRANE BODY AND INSTALLATION (BID #B2500090) - MGS, INC., DBA MAXEY TRAILER SALE, DBA MAXEY TRUCK FITTING I've reviewed all documents. These look fine to me. Approved for docket. Byron L. Howell Assistant Weld County Attorney Weld County Attorney's Office 1150 O Street Greeley, Colorado 80632 970-400-4394 STATEMENT OF CONFIDENTIALITY & DISCLAIMER: The information contained in this email message is attorney privileged and confidential, intended only for the use of the individual or entity named above. If the reader of this message is not the intended recipient, you are hereby notified that any dissemination, distribution or copy of this email is strictly prohibited. If you have received this email in error, please notify us immediately by replying and delete the message. Thank you. From: Houstan Aragon <haragon@weld.gov> Sent: Monday, August 25, 2025 8:50 AM To: Bruce Barker <bbarker@weld.gov>; Karin McDougal <kmcdougal@weld.gov>; Matthew Conroy <mconroy@weld.gov>; Byron Howell <bhowell@weld.gov>; Adria Schiel <aschiel@weld.gov>; Will Grumet <wgrumet@weld.gov>; Toby Taylor <ttaylor@weld.gov>; David Springer <dspringer@weld.gov>; Fransisco Amparan <famparan@weld.gov> Cc: CTB <CTB@co.weld.co.us> Subject: SIGNATURE REVIEW: PROFESSIONAL SERVICE AGREEMENT FOR CRANE BODY AND INSTALLATION (BID #B2500090( - MGS, INC., DBA MAXEY TRAILER SALE, DBA MAXEY TRUCK FITTING Importance: High Good morning, Please review and advise as to placement on the Wednesday, August 27, 2025, Consent Agenda. Please also remember to reply -all to this email. David/Fransisco — Please respond as to content Legal — Please respond as to form Toby — Please respond as to bid specs Thank you, July 31, 2025 Fleet Services (970) 400-3500 1399 N. 17th Ave Greeley, CO 80631 To: Purchasing Department From: David Springer Re: Bid# B2500090 Weld County Fleet Services has reviewed all bids submitted. The lowest bidder was Maxey Truck Fitting for $109,145.00 and met all bid specifications. Weld County Fleet Services recommends awarding bid# B2500090 to the lowest bidder Maxey Truck Fitting in the amount of $109,145.00 total. Sincerely, David Springer Director, Fleet Services 2025-2243 /11 FTOO( 4 Weld County Finance Department Purchasing Division bids(a�weld.gov 1301 North 17th Avenue Greeley, Colorado 80631 Bid Opening Tabulation Title: Crane Body & Installation Bid Number: B2500090 Department: Fleet Services Bid Opening Date: July 29, 2025 Approval Date: August 11, 2025 Vendor(s Name Total Amount Maxey Truck Fitting 2200 E .Lincoln Ave Fort Collins CO 80524109 $109,145.00 OJ Watson Inc 932 O Street Greeley CO 80631 $114,918.00 Young Truck & Trailer Center LLC 547 S. Deseret Drive Kaysville UT 84037 $119,991.74 Kois Brothers Equipment 5200 Colorado Blvd Commerce City CO 80222 $120,877.00 The Fleet Services Department is reviewing the proposals.
Hello