HomeMy WebLinkAbout20171877.tiffAGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & CENTRIC ELEVATOR CORPORATION
ELEVATOR MODERNIZATION - EXHIBITION BUILDING
THIS AGREEMENT is made and entered into thi`f' day of , 2017 by
and between the County of Weld, a body corporate and politic of the St of orado, by and
through its Board or -County Commissioners, whose address is 1150 "0" Street, Greeley, Colorado
80631 hereinafter referred to as "County," and Centric Elevator Corporation whose address is 1455
South Lipan Street, Denver CO, 80223, hereinafter referred to as "Contract Professional".
WHEREAS, County requires an independent contractor to perform the services required
by County and set forth in Exhibit A; and
WHEREAS, Contractor is willing to perform and has the specific ability to perform the
required Services at or below the cost set forth in Exhibit B:
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the
time, skill, expertise, and experience necessary to provide the equipment, materials and 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
Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are
specifically incorporated herein by this reference. County and Contractor acknowledge and agree
that this Agreement, including specifically Exhibits A and B, define the performance obligations
of Contractor and Contractor's willingness and ability to meet those requirements.
Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No.
B 1700103". The RFP contains all of the specific requirements of County.
Exhibit B consists of Contractor's Response to County's Request for Bid. The Response
confirms Contractor's obligations under this Agreement.
2. Service or Work. Contractor agrees to procure the materials, equipment and/or products
necessary for the Project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the Project described in the Exhibits which is attached
hereto and incorporated herein by reference. Contractor shall further be responsible for the timely
completion, and acknowledges that a failure to comply with the standards and requirements of
Exhibits A and B 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 date of the execution of this Agreement
/.04c (,mow/,e/e,4,-)
i8' -t7
by County, and shall continue through and until Contractor's completion of the responsibilities
described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the
laws of the State of Colorado prohibit County from entering into Agreements which bind County
for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary
date of this Agreement, County shall notify Contractor if it wishes to renew this Contract.
4. Termination. County has the right to terminate this Agreement, with or without cause on thirty
(30) days written notice. Furthermore, this Agreement may be terminated at any time without
notice upon a material breach of the terms of the Agreement.
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.
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 Modification. 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/Contract Amount. Upon Contractor's successful completion of the
Project, and County's acceptance of the same, County agrees to pay an amount no greater than
$ 145,792.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in
excess of that amount will be made by County unless a "change order" authorizing such additional
payment has been specifically approved by Weld County, or by formal resolution of the Weld
County Board of County Commissioners, as required pursuant to the Weld County Code.
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)
7. Independent Contractor. Contractor agrees that it is an independent Contractor and that
Contractor's officers, agents or employees will not become employees of County, nor entitled to
any employee benefits from County as a result of the execution of this Agreement. Contractor shall
perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible
for its acts and those of its agents and employees for all acts performed pursuant to this Agreement.
Contractor, its employees and agents arc not entitled to unemployment insurance or workers'
compensation benefits through County and County shall not pay for or otherwise provide such
coverage for Contractor or any of its agents or employees.
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 this Project without County's prior
written consent, which may be withheld in County's sole discretion.
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.
10. Confidentiality. Confidential financial information of Contractor should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the
top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld
County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public
records, and cannot guarantee the confidentiality of all documents. 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 services 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 services shall be performed
by qualified personnel in a professional and workmanlike manner, consistent with industry
standards, and that all services will conform to applicable specifications.
In addition to the foregoing warranties, Contractor is aware that all work performed on this Project
pursuant to this Agreement is subject to a one year warranty period during which Contractor must
correct any failures or deficiencies. This warranty shall commence on the date of County's final
inspection and acceptance of the Project.
12. 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. Acceptance by the County of, or payment for, the
services 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 and Indemnification.
General Requirements: Contractors/Contract Professionals must secure, at or before the
time of execution of any agreement or commencement of any work, the following
insurance covering all operations, goods or services provided pursuant to this request.
Contractors/Contract Professionals shall keep the required insurance coverage in force at all
times during the term of the Agreement, or any extension thereof, and during any warranty
period.
The insurance coverage's specified in this Agreement are the minimum requirements, and
these requirements do not decrease or limit the liability of Contractor/Contract
Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or
subcontractors. The
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.
INDEMNITY: The Contractor shall defend, indemnity and hold harmless County, its
officers, agents, and employees, from and against injury, loss damage, liability, suits,
actions, or claims of any type or character arising out of the work done in fulfillment of the
terms of this Contract or on account of any act, claim or amount arising or recovered under
workers' compensation law or arising out of the failure of the Contractor to conform to any
statutes, ordinances, regulation, law or court decree. 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. This paragraph shall survive
expiration or termination hereof.
Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at
all times during the term of any Agreement, insurance in the following kinds and amounts:
Workers' Compensation insurance as required by state statute, and Employer's
Liability Insurance covering all of the Contractor's employees acting within the course
and scope of their employment. 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.
Commercial General Liability Insurance with the minimum limits as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$1,000,000 Personal Advertising injury
$2,000,000 Products & completed operations aggregate;
Automobile Liability: Contractor/Contract Professional shall maintain limits of
$1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for each accident, and
$1,000,000 for property damage applicable to all vehicles operating both on County
property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the
performance of this Contract.
Contractors/Contract Professionals shall secure and deliver to the County at or before
the time of execution of this Agreement, and shall keep in force at all times during the
term of the Agreement as the same may be extended as herein provided, a
commercial general liability insurance policy, including public liability and property
damage, in form and company acceptable to and approved by said Administrator,
covering all operations hereunder set lbrth in the related Bid or Request for Proposal.
Proof of Insurance: County reserves the right to require the Contractor/Contract
Professional to provide a certificate of insurance, a policy, or other proof of insurance
as required by the County's Risk Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal
liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer
shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer
shall waive subrogation rights against County.
Subcontractors: All subcontractors, subcontractors, independent Contractors, sub -
vendors, suppliers or other entities providing goods or services required by this
Agreement shall be subject to all of the requirements herein and shall procure and
maintain the same coverage's required of Contractor/Contract Professional.
Contractor/Contract Professional shall include all such subcontractors, independent
Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall
ensure that all subcontractors maintain the required coverages. Contractor/Contract
Professional agrees to provide proof of insurance for all such subcontractors,
independent Contractors, sub -vendors suppliers or other entities upon request by the
County.
14. 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.
15. 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. The Contractor agrees to
maintain these documents for three years from the date of the last payment received.
16. 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.
17. 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. The
County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All
notices or other communications (including annual maintenance 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) live (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 by the sending party; or
(d) transmission via facsimile, at the number set forth below, where a receipt or
acknowledgment is required by the sending party.
Either party may change its notice address(es) by written notice to the other.
Notification Information:
Contractor: Centric Elevator Corporation
Attn.: Bruce Hogy, Sales Manager
Address: 1455 South Lipan Street
Address: Denver, CO 80223
E-mail: bhogynaicentricelevator.com
Telephone: (303) 477-8300
County:
Name: Toby Taylor
Position: Director of Buildings and Grounds
Address: 1105 1-1 Street
Address: Greeley, CO 80632
E-mail: ttavlor@co.weld.co.us
Facsimile: 970-304-6532
18. 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.
19. 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.
20. 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.
21. 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.
22. 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.
23. 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.
24. Governmental Immunity. No term or condition of this contract shall be construed or
interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections
or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as
applicable now or hereafter amended.
25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of
the terms and conditions of this Agreement, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or
allow any claim or right of action whatsoever by any other person not included in this Agreement.
It is the express intention of the undersigned parties that any entity other than the undersigned
parties receiving services or benefits under this Agreement shall be an incidental beneficiary only.
26. 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.
27. 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.
28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees
that it does not knowingly employ or contract with an illegal alien who will perform work under
this contract. Contractor will confirm the employment eligibility of all employees who arc newly
hired for employment in the United States to perform work under this Agreement, through
participation in the E -Verify program or the State of Colorado program established pursuant to
C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien
to perform work under this Agreement or enter into a contract with a subcontractor that fails to
certify with Contractor that the subcontractor shall not knowingly employ or contract with an
illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or
State of Colorado program procedures to undertake pre -employment screening or job applicants
while this Agreement is being performed. If Contractor obtains actual knowledge that a
subcontractor performing work under the public contract for services knowingly employs or
contracts with an illegal alien Contractor shall notify the subcontractor and County within three
(3) days that Contractor has actual knowledge that a subcontractor is employing or contracting
with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing
or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not
terminate the contract if within three days the subcontractor provides information to establish that
the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall
comply with reasonable requests made in the course of an investigation, undertaken pursuant to
C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor
participates in the State of Colorado program, Contractor shall, within twenty days after hiring an
new employee to perform work under the contract, affirm that Contractor has examined the legal
work status of such employee, retained file copies of the documents, and not altered or falsified
the identification documents for such employees. Contractor shall deliver to County, a written
notarized affirmation that it has examined the legal work status ofsuch employee, and shall comply
with all of the other requirements of the State of Colorado program. If Contractor fails to comply
with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate
this Agreement for breach, and if so terminated, Contractor shall be liable for actual and
consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Contractor receives federal or state funds under the contract, Contractor must confirm that any
individual natural person eighteen (18) years of age or older is lawfully present in the United
States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits
provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or
affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise
lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms
of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms
of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract.
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 A and B, 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.
IN WIT�IVESS WHEREOF, the parties hereto have signed this Agreement this 1 7it
day of
to , 2011
CONTRACTOR:
Centric Eleviiiur5o orat"
By:
Name:
Title:
O
Date
7 r2
WELD CO
ATTEST:
Weld C
BY:
lerk to the = oa d
Deputy Cler Ito tr e Board
AVE� F DING:
ntr Co oller
APPOVED TOi=9Fj�M:
County Attorney
APPROVED
BOARD OF COUNTY COMMISSIONERS
WEED COUNTY, COLORADO
Steve Moreno, Chair Pro-Tem
SUBSTANCE: JUL4 2017
,'2
ffcial or Department Head
oz0/7-a77
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: May 11, 2017
BID NUMBER: #61700103
DESCRIPTION: ELEVATOR MODERIZATION - EXHIBITION BLDG
DEPARTMENT: BUILDINGS & GROUNDS
MANDATORY PRE -BID CONFERENCE DATE: JUNE 6, 2017
BID OPENING DATE: JUNE 20, 2017
1. NOTICE TO BIDDERS:
The Board of County Commissioners of Weld County, Colorado, by and through its Director of General
Services (collectively referred to herein as, "Weld County"), wishes to purchase the following:
ELEVATOR MODERIZATION — EXHIBITION BLDG
A mandatory pre -bid conference will be held at 9:00 a.m., on June 6, 2017, at the Weld County
Exhibition Bldg, 525 N 15" Ave, Greeley CO 80631. Bidders must participate and record their presence at
the pre -bid conference to be allowed to submit bids.
Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative
Building, 1150 O Street Room #107 Greeley CO 80631 until: JUNE ZO 2017 (r 10:00 am. (Weld County
Purchasing Time Clock).
PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST
NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY
BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said
merchandise and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts,
and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the
bid.
You can find information concerning this request at two locations: On the Weld County Purchasing
website at https://www.welddov.com/departments/purchasinq located under "Current Requests". And, on
the Bidnet Direct website at 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.
Did Delivery to Weld County— 2 methods:
1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com.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 we receive your bid/proposal. If more than one copy of the bid is requested, you
must submit/mail hard copies of the bid proposal.
2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the
bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room
#107 Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 if you have any auestions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department.
Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids
by partnerships must furnish the full names of all partners and must be signed with the partnership name by
one of the members of the partnership or by an authorized representative, followed by the signature and title
of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed
by the name of the state of the incorporation and by the signature and title of the president, secretary, or other
person authorized to bind it in the matter. The name of each person signing shall also 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 Director of General Services, 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.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that
the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1,
entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure
place. No responsibility will attach to the Weld County Director of General Services for the premature
opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and
approval of the Weld County Director of General Services; 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.
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.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for
Proposal 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.
4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal
alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all
employees who are newly hired for employment in the United States to perform work under this Agreement,
through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S.
§8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform
BID REQUEST #B1700103 Page 2
work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful
bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work
under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program
procedures to undertake pre -employment screening or job applicants while this Agreement is being
performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the
public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify
the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a
subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a
subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving
notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides
information to establish that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an investigation,
undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If
Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days
after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined
the legal work status of such employee, retained file copies of the documents, and not altered or falsified the
identification documents for such employees. Successful bidder shall deliver to County, a written notarized
affirmation that it has examined the legal work status of such employee, and shall comply with all of the other
requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of
this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so
terminated, Successful bidder shall be liable for actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful
bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual
natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S.
§ 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful
bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a
citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b)
shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall
produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the
contract.
5. GENERAL PROVISIONS
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By
acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond
the current fiscal year.
B. Confidential Information: Confidential financial information of the bidder should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the top the
word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County
must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with
regard to public records, and cannot guarantee the confidentiality of all documents. If Weld County receives
a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order
to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld
County will release the requested information in accordance with CORA.
C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a
waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the
Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent
contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents
and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or
employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and
its employees and agents are not entitled to unemployment insurance or workers' compensation benefits
BID REQUEST #61700103 Page 3
through Weld County and Weld County shall not pay for or otherwise provide such coverage for the
successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to
the successful bidder and its employees and agents only if such coverage is made available by the
successful bidder or a third party. The successful bidder shall pay when due all applicable employment
taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful
bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or
understanding, except as expressly set forth in the contract. The successful bidder shall have the following
responsibilities with regard to workers' compensation and unemployment compensation insurance matters:
(a) provide and keep in force workers' compensation and unemployment compensation insurance in the
amounts required by law, and (b) provide proof thereof when requested to do so by Weld County.
E. Compliance with Law: The successful bidder 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.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied
in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated
herein by reference which conflicts with said laws, rules and/or regulations shall be null and void.
G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the
enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement,
shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim
or right of action whatsoever by any other person not included in the contract. It is the express intention of
the undersigned parties that any entity other than the undersigned parties receiving services or benefits
under the contract shall be an incidental beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful
bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for
the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business
enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be
discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for
an award.
J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment
and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and
materials necessary to perform and complete the project. The successful bidder shall further be responsible
for the timely completion, and acknowledges that a failure to comply with the standards and requirements
outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold
payment or to terminate this Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County,
and shall continue through and until successful bidder's completion of the responsibilities described in the
Bid.
L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30)
days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a
material breach of the terms of the Agreement.
M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing
signed by both parties. No additional services or work performed by the successful bidder shall be the basis
for additional compensation unless and until the successful bidder 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.
BID REQUEST #B1700103 Page 4
N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall
not enter into any subcontractor agreements for the completion of this Project 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 subject Project during the performance of this Agreement
and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the
Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of
the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this
Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the
successful bidder, 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 the successful
bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible
for the acts and omissions of its agents, employees and subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement will be
performed in a manner consistent with the standards governing such services and the provisions of this
Agreement. The successful bidder further represents and warrants that all services shall be performed by
qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all
services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware
that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period
during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or
performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects,
whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum
specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the
goods are free and clear of all liens, encumbrances, and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time,
and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld
County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year
period after said goods are first supplied to Weld County.
Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids
are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest
therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder
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 the successful bidder hereunder. Such consent may
be granted or denied at the sole and absolute discretion of County.
Q. 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.
R. 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.
S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24.18-201 et seq. and §24-50-507. The
signatories to this Agreement agree 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. County
has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere
BID REQUEST #B1700103 Page 5
with the performance of the successful bidder's services and the successful bidder shall not employ any person
having such known interests. During the term of this Agreement, the successful bidder shall not engage in any
in any business or personal activities or practices or maintain any relationships which actually conflicts with or
in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the
successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate
termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's
family shall serve on a County Board, committee or hold any such position which either by rule, practice or
action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the
successful bidder.
T. 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.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-
judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall
be null and void.
V. 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.
W. Compensation Amount: Upon the successful bidder's successful completion of the service, and
County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted
bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless
a "change order" authorizing such additional payment has been specifically approved by the County's
delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required
pursuant to the Weld County Code.
X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the
successful bidder 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. Contractor shall not be entitled to bill at overtime
and/or double time rates for work done outside of normal business hours unless specifically authorized in
writing by County.
6. INSURANCE REQUIREMENTS
General Requirements: Successful bidders must secure, at or before the time of execution of any
agreement or commencement of any work, the following insurance covering all operations, goods or
services provided pursuant to this request. Successful bidders 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.
The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by
A.M. Best Company as ' A"VIII or better. Each policy shall contain a valid provision or endorsement stating
"Should any of the above -described policies by canceled or should any coverage be reduced before the
expiration date thereof, the issuing company shall send written notice to the Weld County Director of General
Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to
such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10)
days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the
Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured
retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in
the amount of the deductible or self -insured retention to guarantee payment of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements
do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum
limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the
performance of the work under this Contract by the Successful bidder, its agents, representatives,
employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate
BID REQUEST #61700103 Page 6
and/or prudent, maintain higher limits and/or broader coverages. The successful bidder 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 successful bidder 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. Any modification to these requirements must be made in writing by Weld
County.
The successful bidder stipulates that it has met the insurance requirements identified herein. The successful
bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and
services provided, the timely delivery of said services, and the coordination of all services rendered by the
successful bidder and shall, without additional compensation, promptly remedy and correct any errors,
omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents,
and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or
character arising out of the work done in fulfillment of the terms of this Contract or on account of any act,
claim or amount arising or recovered under workers' compensation law or arising out of the failure of the
successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful
bidder 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, or on account of or in consequence of neglect of The successful bidder in
its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts
arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This
paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be
responsible for primary loss investigation, defense and judgment costs where this contract of indemnity
applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of
subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected
officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the
successful bidder for the County. A failure to comply with this provision shall result in County's right to
immediately terminate this Agreement.
Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any
Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance
covering all of the successful bidder's employees acting within the course and scope of their employment.
Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a
successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such
successful bidder or subcontractor executes the appropriate sole proprietor waiver form.
Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an
insured contract, and defense costs, with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person,
$1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles
operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used
in the performance of this Contract.
Successful bidders shall secure and deliver to the County at or before the time of execution of this
Agreement, and shall keep in force at all times during the term of the Agreement as the same may be
extended as herein provided, a commercial general liability insurance policy, including public liability and
property damage, in form and company acceptable to and approved by said Administrator, covering all
operations hereunder set forth in the Request for Bid.
BID REQUEST #B1700103 Page 7
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of
insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole
discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability,
and inland marine, Successful bidder's insurer shall name County as an additional insured.
Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against
County.
Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the requirements herein
and shall procure and maintain the same coverage's required of Successful bidder. Successful bidder shall
include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds
under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder
agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors
suppliers or other entities upon request by the County.
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to
the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated
herein by this reference.
BID REQUEST #61700103 Page 8
Exhibition Building Elevator Modernization
This project consists of a design/build contract for the turn -key full modernization of the elevator located at the
Exhibition Building located at 525 N 15'h Avenue, Greeley 80631. The Exhibition Building is located within the
Island Grove Park. The existing elevator is registered with the State of Colorado Department of Labor and
Employment with the following information:
Description
State Registration ID #
Elevator
DriveIType
# of
Stops
Elevator
CP08-000147
Hydraulic
2
SCOPE OF WORK:
1. Provide labor and material as required to fully modernize the existing elevator components with one
that is fully code compliant. This modernization should be non-proprietary and should include the
maximum level tool(s) needed for future troubleshooting of anomalies/components.
2. Replace the controller, submersible power unit, cab door operator, clutch, double -bottom jack unit
(cylinder/piston/protective liner), pumping unit, pick-up rollers and interlocks.
3. The following equipment should be retained: hoist way entrances, doors, pit equipment, rails and
counter weights.
4. Replace door hanger rollers.
5. Machine Rooms: bring access and rooms into compliance with current codes.
6. Fire System interface/recall: bring into compliance with elevator/fire codes. (smoke detectors, shunt trip,
etc. as required code)
7. Upgraded signals, personnel access, and phone will comply with Americans with Disability Act and
OSHA.
8. Complete all fire/state/County required applications, permits and notification of modernization activities.
Coordinate with Weld County to obtain appropriate county construction permits.
9. The interior of the car will be updated as necessary to bring into ADA compliance.
10. Once work has commenced (e.g. elevator taken out of service) the contractor shall be allowed 6 weeks
to complete all work.
11. Elevator speed must remain the same as a minimum.
12. Room/pit heater must be replaced and be thermostatically controlled.
13. Identify the proposed method/detail in your scope of work.
14. Include detailed scope of work included/excluded in bid.
15. The completed work must be inspected and passed by a certified inspector (provided by County) who is
currently licensed with the Colorado Department of Labor and Employment Division of Oil and Public
Safety to perform inspections.
16. This is a design/build turn -key modernization. Therefore, all work required to be accomplished (i.e.
electrical, mechanical, elevator, architectural modifications, etc.) shall be included in the not to exceed
bid price and construction/modernization schedule. This shall include all additions, alterations, and new
work required to ensure full modernization and code compliance is achieved.
17. At project close-out, provide all maintenance manuals, including operation and maintenance
instructions, parts listing with sources indicated, recommended parts inventory listing, emergency
instructions, and similar information. Include all diagnostic and repair information available to
manufacturer's and installer's maintenance personnel.
18. Sump Pit must meet applicable codes and receive new pump and motor).
19. Machine room/pit improvements must meet ventilation requirements.
20. Bid bond is not required.
21. This is not a Davis -Bacon project.
22. Payment and Performance bond is required.
BID REQUEST #B1700103 Page 9
PRICING:
$ MODERNIZE ELEVATOR
$ PROPOSED START DATE
The undersigned, by his or her signature, hereby acknowledges and represents that:
1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in
the request for proposal for Request No. #B1700103.
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
proposal sheets.
4. The signed bid submitted, all of the documents of the Request 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.
5. 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.
FIRM
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID #
PRINTED NAME AND TITLE
SIGNATURE
E-MAIL
DATE
**THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Julie Cozad, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Director of General Services
BID REQUEST #61700103 Page 10
6x1-66 It a
PRICING:
$ 145,792.00 MODERNIZE ELEVATOR
$ October 1st 2017 PROPOSED START DATE
The undersigned, by his or her signature, hereby acknowledges and represents that:
1 The bid proposed herein meets all of the conditions, specifications and special provisions set forth in
the request for proposal for Request No. #B1700103
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
proposal sheets.
4. The signed bid submitted, all of the documents of the Request 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.
5. Weld County reserves the right to reject any and ail 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.
FIRM Centric Elevator Corporation
BUSINESS
ADDRESS 1455 South Lipan Street
CITY, STATE, ZIP CODE Denver, CO 80223
TELEPHONE NO 303-477-8300
FAX 303-477-8133 TAX ID # 84-0743160
PRINTED NAME AND TITLE Bruce Hz. Sales Manager
SIGNATURE
E-MAIL bhogy@centricelevator.com
DATE 6-20-2017
**THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE**
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03651 -0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Julie Cozad, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Director of General Services
BID REQUEST #B1700103
Page 10
Elevator and Escalator Maintenance References
Public Institutions / Entities
State of Colorado
Scott Viflak/a
Tel (103) 866-43.57
14 Locations, 29 Units, 10 Years
Denver Public School District
Mike Lukas, Facilities Director
Tel (720) 423-4030
84 Locations, 103 Units, 12 Years
City of Louisville
David Svabados
Tel (303) 335-4766
3 Locations, 5 Units, 10 Years
City of Glendale
Mike Gross, Facilities Manager
Tel (303) 434-9333
3 Locations, 5 Units, 5 Years
Private Entities / Property Mjmt. Companies
Brown Palace Hotel & Spa
Marcel Pitton, General Manager
Tel (303) 312-5903
I Location, 13 Units, 8 Years
Renaissance Denver Hotel
Dave Reide, Chief Engineer
Tel (303) 589-3619
9 Units, 10 Years
Transwestern Commercial Services
Karla Flowers, Vice President of Bldg. Services
Tel (303) 268-6767
8 Locations, 21 Units, 15 Years
Private Entities (coned)
Hannay Realty Advisors
Justin Backstrom, Senior Vice President
Tel (720) 399.1461
5 Locations, 19 Units, 5 Years
Shames-Makovsky Realty Company
Evan Makovsky, Principal
Tel (303) 534-5005
3 Locations, 5 Units, 18 Years
Inverness Properties
Cltanning Gibson
Tel (303) 799-9520
6 Locations, 12 Units, 20 Years
Maintenance Offerings
> Regular and Systematic Maintenance Visits
> Comprehensive Replacement Component
Coverage
D Unlimited Troublecail Services During
Regular Business Hours
> 24 Hour/ 365 Day per Year Availability
> Code / Statutory Required Safety Testing
> Emergency Telephone Monitoring
Maintenance Resources
D 10 Dedicated Route Technicians
• Full -Spectrum Technical Support &
Technical Library
> Comprehensive Parts Inventory
> In -House Training & Continuing Education
Form W-9
(Rev. December 2014)
e Newly
internal Revenue &Moe
Request for Taxpayer
identification Number and Certification
1 Name (aa shown on your income tax rearm). Name Is required on thin line: do not ream this the blank,
i}, e...4-1 r I . r if t/c,, 4 o r n a t1'�t `� �'c9 r7
N 12 Business name/dl4epabOd amity name, If different from above
a • $ Check appropriate box for federal fax efuelflcetton: Check only one of the following seven boxes:
! ❑ hIntilvImama wooded or Q C Corporation B Corporation Q Pannmehlp
!II U.
I O United liability compeny. Enter the tax olasetilcation (C•C corporation. 3.8 corpo atlon, Pepartnsrship} D'{ Note. For a afrigla number LLC mat la disregarded, do not cheek LLC; cheek IM appropriate box in Me IMe above for
eingQ ms tax goealtk;ation of the eirpN-member owner.
61a (l Other (us Mefnrceona) ►
rli Address (number. street, end opt. or suits no.)
RV S.S. S . /— i Qp re
e City. slate, and ZIP oodej3 1 3
f if) if 4 v e r" (° O
1 7 Us1 account eumber(e) Mrs (opltonag
Give Form to the
requester. Do not
send to the IRS.
❑ huet/estate
{ 4 Exemptions (codes apply only to
• certain entilise. not Individuate: see
MetnrcUone on pope 3):
Exempt payee code (Ii any)
Exemption from FATCA reporting
code (if eny)
iRequester's name and address (aptlona°
Palm M•uuwe w•hNMdaauw US)
. Taxpayer Identification Number (SIN)
Enter your TIN in the appropriate box. The TiN provided must match the name given on line 1 to avoid
backup withholding. For Individuals, this le generally your social security number (SON). However, for a
resident alien, sole proprietor, or disregarded entity, see the Part I Instructions on page 3. For other
entitles, it is your employer identification number (ElN). If you do not have a number, see Now to get a
TiN on page 3.
Note. If the account Is in more than one name, aee the instructions for fete 1 and the chart on page 4 for
guidelines on whose number to enter.
Part II
Certification
1 Sods, aucurtty number
or
I Employer kfantlEcetien number
SI
a
7
.3
6 O
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer Identification number (or t em waking for a number to be Issued to me); and
2. i am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue
Service (IRS) that i am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. I am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this form of any) indicating that I am exempt from FATCA reporting is correct.
Cerefcalfon tnainrottons. You must cross out Item 2 above If you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report ail interest and dividends on your tax return. For reel estate transactions, item 2 does not mortgage
Interest paid, acquisflon or abandonment of securedcontributions apply. from
generally, payments other than interest and dividends, you ar ot moulted
of sign tthecdo to an you mistidual retirementvidyour arrangement.!See, and
instructions an page 3. to sign certification, but you moat provide correct TIN. See the
Sign Signature of
Here U.S. person*
General instructions
Section refecenrxs we to the Internal Revenue Code unlace otherwise noted.
Future developments. Information about developments affecting Form W-9 (such
as legislation enacted after we release It) Is et ww v.ho.gayfiW9.
Purpose of Form
Art lndMdusl or entity (Form W-9 requester) who Is required to ills an information
return with the IRS must obtain your coned identification number MN)
which may be yaw social security number , Individual taxpayer Identification
number URN), adoption taxpayer Identification minter (ATP). or employer
ldanlfflcaB0n numbs, MIN). to report on an information return the amount paid to
you, or other amount reportable on an information return. Examples of information
returns include, but are not limited to, the following:
• Form 109S.iNr (Interest Gamed or paid,
• Ferran 1089 -AN (dividends, including those from stools or mutual funds)
• Form 1099-MISC (vendee types of Income, prirss, awards, or gores proceeds)
• Form 0994 1(slock or mutual fund sales and certain other transactions by
broken• Form 1099-S fproceede from real estate transactions)
• Form 1099 -it (merchant card and thkd party network transactions)
Data► /3I7
• Form 1098 (home mortgage Interest 1098-E (student loon Interest), t098 -T
Outten)
• Fans 1089-C (canceled debt)
• Form 1099-A (ooquisgbcn or abandonment of secured property)
tee Form W-9 only if you are a U.S. person (including a resident dint to
provide your cared TIN.
it you do not return Form W-9 to the requester wither" you might be subject
to back+p rrdvrolrtrig, See Whet !seminar wfgdhc dhal? on page 2.
By signing the filled -out form, your
1. Certify that the TIN you we giving Is coned (or you am wafting fora number
to be lseued),
2. Certify that you am not subject to backup Withholding, or
3. sp3ikebm. you adobackup withholding Iryo) we a U.S. exempt payee. If
any partnership Income fm certifying trade business 'tie sub(sot to the your allocabie Mare of
withholding tax on foreign pennies' shaver effectively connected income. end
4, Cergy that FATCA eode(s) entered on this form (f arty) Ind:Mktg drat you ore
exempt from the FATCA reporting, is comet See wed k FATCA ep met ? on
page 2 for further is orrolicn.
Cal. No. 10231X
Form W-9 (Rev, t2-2014)
Marcia Walters
From:
Sent:
To:
Subject:
Attachments:
To whom it may concern,
Bruce Hogy <bhogy@centricelevator.com>
Tuesday, June 20, 2017 9:15 AM
bids
Bid Number: #81700103, Elevator Modernization- Exhibition Bldg
DOC000.pdf
Attached please find Centric's pricing page, references, and current W-9 as requested for the above referenced request
for bid. "I hereby waive my right to a sealed bid".
In addition to the elevator specifications our price includes replacing the sump pump with a new smart pump, code
compliant fire alarm system, replacing the pit heater and providing ventilation to the machine room.
rlease note our price does not include any changes to the existing machine room. Thank you for the opportunity and
lease feel free to contact me with any questions or concerns, Bruce.
Bruce Hogy
Regional Sales Manager
=17123C
C O PORR A T I A N
TakimipCcotorwce,rkto-the/ Top!
c. 303-888-6006
p. 303-477-8300
f. 303-477-8133
www.centricelevator.com
1
DEPARTMENT OF BUILDINGS AND GROUNDS
PHONE: (970) 304-6531
FAX: (970) 304-6532
WEBSITE: www.co.weld.co.us
1105 H STREET
P.O. BOX 758
GREELEY, COLORADO 80632
July 6, 2017
To: Board of County Commissioners
From: Toby Taylor
Subject: Exhibition Building Elevator Modernization; Bid #B1700103
As advertised, this bid is to modernize the elevator at the Exhibition Building located at Island Grove. The
low bid from Centric Elevator Corporation meets specifications. Therefore, Buildings & Grounds is
recommending the bid be awarded to Centric Elevator Corporation for $145,792.00.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
&O17- 1817
F3Goo (9
-7/(o
WELD COUNTY PURCHASING
1150 O Street Room #107, Greeley CO 80631
E-mail: mwalters(p�co.weld.co.us
E-mail: reverettCa�co.weld.co.us
Phone: (970) 400-4222 or 4223
Fax: (970) 336-7226
DATE OF BID: JUNE 20, 2017
REQUEST FOR: ELEVATOR MODERIZATTION — EXHIBITION BLDG
DEPARTMENT: Buildings & Grounds Dept
BID NO: #61700103
PRESENT DATE: JUNE 26, 2017
APPROVAL DATE: JULY 10, 2017
VENDORS
TOTAL COST PROPOSED START DATE
CENTRIC ELEVATOR CORPORATION $145,792.00 10/01/17
1455 SOUTH LIPAN ST
DENVER CO 80223
CLASSIC CONTRACTORS INC
P O BOX 2798
LOVELAND CO 80539
$199,996.00 10/16/17
BUILDINGS & GROUNDS WILL REVIEW THE BIDS.
2017-1877
'n La
6'X14
Hello