HomeMy WebLinkAbout20163142.tiffAGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & ELEVATOR TECHNICIANS
ELEVATOR MAINTENANCE
THIS AGREEMENT is made and entered into this l n day of Na vein6er , 201(4 by
and between the County of Weld, a body corporate and politic of the State of Colorado, by and
through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado
80631 hereinafter referred to as "County," and Elevator Technicians whose address is 1153 Bergen
Parkway, Suite I -Box 320, Evergreen CO, 80439, 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.
B1600151". 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.
CG% s(TTiG)
// af-
o2ail�a--
//c2316'
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement
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
$ 17,034.00, 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 are 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, 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 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 forth 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) 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 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: Elevator Technicians
Attn.: Joseph Zopf,
Address: 1153 Bergen Parkway, Suite I -Box 320
Address: Evergreen, CO
E-mail: jzopfetco agmail.com
Telephone: (303) 641-6464
County:
Naive: Toby Taylor
Position: Director of Buildings and Grounds
Address: 1105 H Street
Address: Greeley, CO 80632
E-mail: ttavlorithco.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 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). 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 of such 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 fiords 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 WITNESS WHEREOF, the parties hereto have signed this Agreement this O794 -)clay of
,?01i Y
CONTRACTOR:
Elevator Technicians
By: ( r%
Name' v epil7. ?Qpf
Title: MGnjer
Date V ICVQ016
WELD CO t'64,
ATTEST:
Weld .upty Clerk to the Bo -rd
BY:
Deputy CI=A' to the Board
APP VED AS TO FUNDING:
CQ
Controller
APPVED ATO FOR
1410-49.4..c
County Attorney
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
,rya �,...—
Mike Freeman, Chair
APPROVED AS TO SUBSTANCE:
Director of Genera Services
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
,ryHirai
A
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: September 9, 2016
BID NUMBER: #61600151
DESCRIPTION: Elevator Maintenance
DEPARTMENT: Buildings & Grounds Dept
MANDATORY PRE -BID CONFERENCE DATE: 9/22/16
BID OPENING DATE: 10/6/16
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 MAINTENANCE.
A pre -bid conference will be held at 8:00 a.m., on September 22, 2016, at the Weld County
Buildings & Grounds facility located at 1105 H Street, 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: October 6, 2016 at 10:00 am
fWeld County Purchasing Time Clock.)
PAGES 1 - 9 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE
REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN
PAGES 1 - 9 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 bid information on the Weld County Purchasing website at
http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids.
Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky
Mountain E -Purchasing System (BidNet®) is an on-line notification system that is being utilized by
multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and
awards on this one centralized system.
Bid Delivery to Weld County — 3 methods:
1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weIdgov.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 submiUmail hard copies of the bid
proposal.
2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor
must include the following statement on the facsimile: "I hereby waive my right to a sealed
bid. If more than one copy of the bid is requested, you must submit/mail hard copies of
the bid proposal.
BID REQUEST #B1600151 Page 1
3. 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 970-336-7225 if you have any questions.
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 in 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 Bid contained herein (including, but not limited to, product specifications and scope of
services), the successful bidder's response, 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. The County may require a separate contract, which if required, has been made a
part of this RFB.
BID REQUEST #61600151 Page 2
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 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., with regard to
public records, and cannot guarantee the confidentiality of all documents.
BID REQUEST #61600151 Page 3
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 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
BID REQUEST #61600151 Page 4
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.
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.
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.
BID REQUEST #81600151 Page 5
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 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
BID REQUEST #B1600151 Page 6
X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code,
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:
Insurance and Indemnification. 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. 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 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
Contract Professional. Contract Professional shall be responsible forthe payment of any deductible or
self -insured retention. County reserves the right to require Contract Professional to provide a bond,
at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment
of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Professional. The County in no way warrants
that the minimum limits contained herein are sufficient to protect them from liabilities that might arise
out of the performance of the work under this Contract by the Contract Professional, its agents,
representatives, employees, or subcontractors. The Contract Professional shall assess its own risks
and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The
Contract Professional 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 Contract Professional shall maintain, at its own expense, any additional kinds or
amounts of insurance that it may deem necessary to cover its obligations and liabilities under this
Agreement. Any modification to these requirements must be made in writing by Weld County.
The Contract Professional stipulates that it has met the insurance requirements identified herein.
The Contract Professional 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 Contract Professional and shall, without additional compensation, promptly
remedy and correct any errors, omissions, or other deficiencies.
INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its
officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or
willful acts or omissions of Contract Professional, 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 Contract
Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract
Professional 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 Contract Professional 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
BID REQUEST #61600151 Page 7
Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration
or termination hereof. It is agreed that the Contract Professional 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 Contract Professional 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 Contract Professional 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 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 Contract Professional'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 Contract Professional or subcontractor is exempt under Colorado Workers'
Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate
sole proprietor waiver form.
Commercial General Liability Insurance shall include bodily injury, property damage, and liability
assumed under the contract.
$1,000,000 each occurrence;
$1,000,000 general aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: 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.
SPECIFICATIONS
Weld County is seeking bids to perform elevator maintenance services for its buildings.
TASK TO BE PERFORMED
Contractor will perform six (6) routine maintenance visits per year per unit (each unit every other month) and
will maintain, adjust and lubricate the equipment described in table below. In addition, unless specifically
excluded elsewhere, Contractor will provide quotes to repair or replace components necessitated by normal
wear and tear:
Contractor's work will be verified by independent third party inspections required by the Colorado Division of
Oil Public Safety (OPS) Conveyance requirements.
1. HYDRAULIC ELEVATORS
a. RELAY LOGIC CONTROL SYSTEM: Inspect and verify operation of all control system
components.
b. MICROPROCESSOR CONTROL SYSTEM: Inspect and verify operation of all control system
components. System performance examinations will be conducted to ensure dispatching and
motion control systems are operating properly.
c. POWER UNIT: Inspect and verify operation of pumps, motors, valves and all related parts and
accessories.
BID REQUEST #61600151 Page 8
d. HYDRAULIC SYSTEM ACCESSORIES: Inspect and verify operation of exposed piping, fittings
and accessories between the pumping unit and the jack, jack packing, hydraulic fluid, and any
heating or cooling elements installed by the original elevator equipment manufacturer for
controlling fluid temperature.
e. CAR EQUIPMENT: Inspect and verify operation of all elevator control system components on
the car.
f. WIRING: Inspect and verify operation of all elevator control wiring and all power wiring from the
elevator equipment input terminals to the motor.
g.
HOISTWAY AND PIT EQUIPMENT: Inspect and verify operation of all elevator control
equipment and buffers.
h. RAILS AND GUIDES: Inspect and verify operation of guide rails, guide shoe gibs, and rollers.
i. DOOR EQUIPMENT: Inspect and verify operation of automatic door operators, hoistway and car
door hangers, hoistway and car door contacts, door protective devices, hoistway door interlocks,
door gibs, and auxiliary door closing devices.
j.
MANUAL FREIGHT DOOR EQUIPMENT: Inspect and verify operation of switches, retiring
cams, interlocks, guide shoes, sheaves, rollers, chains, sprockets, tensioning devices, and
counter -balancing equipment.
k. POWER FREIGHT DOOR EQUIPMENT: Inspect and verify operation of controller, relays,
contactors, rectifiers, timers, resistors, solid state components, door motors, retiring cams,
interlocks, switches, guide shoes, sheaves, rollers, chains, sprockets, and tensioning devices.
I. SIGNALS AND ACCESSORIES: Inspect and verify operation of car operating panels, hall push
button stations, hall lanterns, emergency lighting, car and hall position indicators, lobby control
panels, car operating panels, fireman's service equipment and all other signal, and accessory
facilities furnished and installed as an integral part of the elevator equipment. Re-lamping of
signal fixtures shall be included only during systematic examinations. Service requests related to
re-lamping of signal fixtures will be considered billable.
2. TRACTION ELEVATORS
a. RELAY LOGIC CONTROL SYSTEM: Inspect and verify operation of all control system
components.
b. MICROPROCESSOR CONTROL SYSTEM: Inspect and verify operation of all control system
components. System performance examinations will be conducted to ensure dispatching and
motion control systems are operating properly.
c. GEARED/GEARLESS MACHINES: Inspect and verify operation of all geared and gearless
machine components.
d. WIRING: Inspect and verify operation of all elevator control wiring and all power wiring from the
elevator equipment input terminals to the motor.
e. CAR EQUIPMENT: Inspect and verify operation of all elevator control system components on
the car.
f. HOISTWAY AND PIT EQUIPMENT: Inspect and verify operation of all elevator control
BID REQUEST #61600151 Page 9
equipment, car and counterweight buffers, overspeed governors, governor tension sheave
assemblies, and car and counterweight safeties.
g. RAILS AND GUIDES: Inspect and verify operation of guide rails, guide shoe gibs and rollers.
h. HOIST ROPES: Inspect and verify operation of hoist ropes will be properly lubricated and
adjusted for equalized tension.
i. DOOR EQUIPMENT: Inspect and verify operation of automatic door operators, hoistway and car
door hangers, hoistway and car door contacts, door protective devices, hoistway door interlocks,
door gibs and auxiliary door closing devices.
j
MANUAL FREIGHT DOOR EQUIPMENT: Inspect and verify operation of switches, retiring
cams, interlocks, guide shoes, sheaves, rollers, chains, sprockets, tensioning devices, and
counter -balancing equipment.
k. POWER FREIGHT DOOR EQUIPMENT: Inspect and verify operation of controller, relays,
contactors, rectifiers, timers, resistors, solid state components, door motors, retiring cams,
interlocks, switches, guide shoes, sheaves, rollers, chains, sprockets, and tensioning devices.
I. SIGNALS AND ACCESSORIES: Inspect and verify operation of car operating panels, hall push
button stations, hall lanterns, emergency lighting, car and hall position indicators, lobby control
panels, car operating panels, fireman's service equipment and all other signal and accessory
facilities furnished and installed as an integral part of the elevator equipment. Re -tamping of
signal fixtures is shall be included during systematic examinations. Service requests related to
re-lamping of signal fixtures will be considered billable.
3. MAINTENANCE CONTROL PLAN. Contractor will be required to maintain a copy of the
maintenance control plan in each machine room.
4. HOURS OF SERVICE
All work covered under this Agreement is to be performed during the regular working hours of
regular working days of the elevator trade, unless otherwise indicated herein.
5. SERVICE REQUESTS (CALLBACKS)
a. In addition to preventive maintenance, this Agreement covers minor adjustment service requests
during the regular working hours of regular working days of the elevator trade, unless otherwise
indicated herein.
b. Service requests are defined as minor adjustments, corrections or entrapments that require
immediate attention and are not caused by reasons beyond contractor's control.
c. Service requests that require more than one technician or more than two hours to complete will
be scheduled as a repair during the regular hours of service.
d. If County should require, at any time, service requests (unless included above) to be made on
overtime, County will be charged only for the difference between Contractor's regular hourly
billing rate and Contractor's regular overtime billing rate applicable for each overtime hour
worked.
e. Travel time to and from locations for non -billable service calls shall be included in bid.
BID REQUEST #B1600151 Page 10
6. TESTS: Contractor will perform the following tests on the equipment:
a. HYDRAULIC ELEVATOR
1) A pressure relief test and a yearly leakage test.
2) A five year witnessed hydro test
b. TRACTION ELEVATOR
1) An annual no load test.
2) A five (5) year full load test.
7. EXCLUSIONS: Contractor will have no responsibility for the following items or services, which are
excluded from the Agreement:
a. GENERAL: Contractor shall not be obligated to: perform safety tests other than those specified
herein; install new attachments or make equipment changes or adjustments required by new or
retroactive code changes; perform tests or correct outstanding violations or deficiencies prior to
the effective date of this agreement; make renewals or repairs necessitated by fluctuations in the
building AC power systems, adverse machine room or environmental conditions (including
temperature variations below 50 degrees and above 90 degrees Fahrenheit), excessive humidity
(greater than 95% non -condensing humidity), water damage, prior water exposure, rust, fire,
explosion, acts of God, misuse, vandalism, theft, war, acts of government, labor disputes,
strikes, lockouts, or tampering with the equipment by unauthorized personnel; repair or replace
parts damaged by negligence, misuse or any other cause beyond its control.
b. OBSOLESENCE: Obsolete items (including, but not limited to, assemblies, parts, components or
systems) are excluded from this agreement and are defined as an item for which the original
design is no longer regularly manufactured by the OEM or the original design has been replaced
with an item of a different design. No exception to this exclusion will be made for items defined
as obsolete above simply because they can be custom made or acquired at any price. Obsolete
items and the labor to replace them will be at the owner's expense. Any modifications to existing
equipment necessary to accommodate replacement components will also be at the owner's
expense. Contractor will not be required to furnish reconditioned or used parts. Once upgraded
by Contractor, obsolete items will be covered under this Agreement.
c. ELEVATOR: Refinishing, repairing, replacing or cleaning of car enclosure, telephones or
communication devices, fans, computer monitoring systems, gates and/or door panels, door pull
straps, hoistway enclosure, rail alignment, hoistway doors, door frames, sills, hoistway gates,
finished flooring, power feeders, switches, their wiring and fusing, car light diffusers, ceiling
assemblies and attachments, smoke or heat sensors, fireman's phone devices, intercoms, music
systems, media displays, card -readers or other security systems, light tubes and bulbs, pit
pumps, emergency power generators, hydraulic cylinder, unexposed piping, disposal of or clean-
up of waste oil or any contamination caused by leaks in the hydraulic cylinder or unexposed
piping.
8. REMOTE MONITORING: Remote monitoring phone system is maintained by the County.
9. EPROM: County authorizes Contractor to produce single copies of the EPROM and/or ROM chips
for each unit for the sole purpose of an archive backup of the embedded software to allow for
replacement of a defective or damaged chip. These will be stored on the building premises and the
Purchaser retains possession.
BID REQUEST #61600151 Page 11
10. PERFORMANCE CLAUSE: County may, at any time and at County's expense, call for an
independent elevator consulting firm to evaluate Contractor's performance for compliance with the
scope of this Agreement.
a. If it is found Contractor is not complying with the terms of this Agreement, a detailed report shall
be submitted to Contractor outlining the specific requirements and a period of thirty (30) days
shall be allowed for Contractor to correct the non -compliances with the scope of this Agreement.
b. In the event Contractor fails to correct the noted items within the allowed time, County shall have
the right to terminate this Agreement by giving Contractor thirty (30) days written notice.
11. CONTRACT TERM:
a. The services specified will be furnished from the effective date of January 1, 2017, and shall
continue for an initial term of one year with the option to renew annually for an additional three
years.
b. Either party may terminate this Agreement either at the end of the initial one year term or at the
end of any subsequent one year terms by giving the other party ninety (90 days written notice.
12. PRICING:
a. Provide pricing in table below for the specifications from above for each location below.
Although pricing will be totaled to obtain an annual amount, invoicing can occur after each
elevator's maintenance schedule is performed throughout the year.
b. Provide hourly labor wage rate for technician's that would work normal hours for
additional/requested work.
c. Provide hourly labor wage rate for technician's that would work after-hours (overtime) for
additional/requested work.
d. Provide amount of increase for each subsequent year. This can either be percentage of actual
fee.
e. Provide amount of markup for parts over manufacture cost. All invoices to County shall include
the original equipment invoice to support markup.
BID REQUEST #B1600151 Page 12
Annual Price
�N
O
# CO
N
V
V
N
N
CO
07
N
N
Install or
Mod. Year
CO
O
N
N
O
N
N
O
N
CA
O
N
r
O
N
O
O
N
CO
CO
r
'f)
O
N
0
Q)
r
Elevator
Drive/Type
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Traction/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Elevator
Manufacturer
(t
V
C
o
Montgomery
Montgomery
0)
V
C
C)
O)
>
O
Montgomery 1
Montgomery
Montgomery
Jano0
State
Registration ID #
CP08-001372
CP08-006470
CP08-006469
CP09-005509
N
Up
CO
CO
O
O
O
O
a
O
I CP08-006427
O
W
CO
r
O
O
CO
O
a
0
CO
O
CO
CO
O
O
0
O
a
O
CP08-003810
Address
1390 N. 17 Ave.
Greeley, CO
915 10'h Street
Greeley, CO
915 10th Street
Greeley, CO
1101 H Street
Greeley, CO
934 9th Ave.
Greeley, CO
901 9th Ave.
Greeley, CO
1555 N. 17'h Ave.
Greeley, CO
315 AN. 11'h Ave.
Greeley, CO
315 B N. 11'h Ave.
Greeley, CO
Building Name
Alternative Programs
Centennial Center
Centennial Center
Community Corrections
Court House Annex
Courthouse
C)II
C
C
C
(0
a
L_
c0
0)
2
Human Service A
Human Service B
BID REQUEST #B1600151
M
N
N
N
N
N
N
N
V
O
O
N
0)
0)
O
0
N
0
0
N
0
O
N
0
0
N
0
0
N
0)
0)
r
0
0
N
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
IN
v
C
L
U
U)
Thyssen
Thyssen
Thyssen
Thyssen
Thyssen
Montgomery
Montgomery
Montgomery
CP09-001368
CP08-002693
CP-08-002955
CP0S-002954
CP08-002957
CP08-002956
CP08-002965
CP08-002964
CP08-006449
315 C N. 111h Ave.
Greeley, CO
1950 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
910 10'h Ave.
Greeley, CO
Human Service C
Law Administration
Jail
(1 East Unsecure)
Jail
(1 East Secure)
Jail
(2 East Unsecure)
North Jail
(2 East Secure)
Jail
(West Unsecure)
Jail
(West Secure)
Plaza West
co
a
BID REQUEST #61600151
C)
N
N
Annual Total
O)
O
O
N
0)
0
O
N
CO
0
0
N
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Thyssen
Montgomery
Thyssen
CP09-004036
CP08-006450
CP08-003614
910 10th Ave.
Greeley, CO
910 10th Ave.
Greeley, CO
2950 9th Street
Fort Lupton, CO
Plaza West
Plaza West
Southeast Weld
a
z
v
ix
a
S fA S EA
ROUTINE MAINTENANCE ANNUAL TOTAL (FROM ABOVE):
NORMAL LABOR WAGE RATE (HOURLY):
OVERTIME LABOR WAGE RATE (HOURLY):
PRICE ADJUSTMENT FOR EACH SUBSEQUENT YEAR:
PARTS MARKUP PERCENTAGE:
LO
a
ca
BID REQUEST #B1600151
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. #B1600151.
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 Proposal contained herein
(including, but not limited to, product specifications and scope of services), 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.
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 BY
(Please print)
BUSINESS
ADDRESS DATE
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID #
SIGNATURE E-MAIL
**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 -13.
BID REQUEST#61600151 Page 16
Below are the answers to questions that occurred for the Elevator Maintenance bid (61600151).
1. Are the 5yr tests INCLUDED in the contract terms or are they going to be billed additionally?
ANSWER: These should be included in the contract terms. This is why this information was
included.
2. Are the MCP's already in place? If not, are they factored into the bid or are they going to be
billed additionally?
ANSWER: The MCPs are in place at each location.
3. The bid info describes an "Oil & Grease" type of contract but isn't completely clear on
"callbacks". Are the "callbacks" expected to be included in the contract?
ANSWER: The call back service is detailed on Page 10, Section 5. Minor adjustments, corrections
and entrapments shall be included in the base bid. For service requests (call backs) beyond
those detailed on Page 10, Section 5 shall be billed at the hourly labor rate that is also required
for this bid.
4. If there are repairs or parts that are needed, do the invoices need to be submitted?
ANSWER: Yes, the original parts invoice needs to be included with the contractor's additional
maintenance invoice to show the correct price mark-up percentage.
5. Page 10, Section 5, subset C, "Service requests that require more than one technician or more
than two hours to complete will be scheduled as a repair during the regular hours of service".....
Is this billable?
ANSWER: Yes. The service requests beyond the minor adjustments, corrections or entrapment
resolution is billable and shall be billed at the hourly labor rate that is also required for this bid.
EX I{r 8r- F-6
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. #61600151.
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 Proposal contained herein
(including, but not limited to, product specifications and scope of services), 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.
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 Elevator Technicians BY Joseph Zopf
(Please print)
BUSINESS
ADDRESS 1153 Bergen Parkway Suite I -Box 320 DATE 10-5-2016
CITY, STATE, ZIP CODE Evergreen, CO 80439
TELEPHONE NO 303-641-6464 FAX 303-949-2572 TAX ID # 81-0643568
SIGNATURE
E-MAIL jzopfetco_@gmail.com
"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 - 13.
BID REQUEST #61600151 Page 17
Annual Price
$774.00
$774.00
$774.00
$774.00
$774.00
$1,554.00
$774.00
$774.00
$774.00
fA
O ,,E))-
et
a
N
N
CO
M
N
N
- Install or
Mod. Year
2008
N
O
N
N
O
N
O)o
O
N
,_O
O
N
O
N
co
CO
O)
in
O
N
co
CO
Elevator
Drive/Type
Hydraulic/
Passenger
Hydra ulic/
Passenger
Hydraulic!
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Traction/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Elevator
Manufacturer
Schindler
Montgomery
Montgomery
G)
G
e
ta
(/)
G)
>
C
O
Montgomery
Montgomery
Montgomery
al
>
0
Q
State
Registration ID #
C P08-001372
CP08-006470
C P08-006469
C P09-005509
N
to
M
CO
o
O
co
a
U
C P08-006427
C P08-001880
co
0
CO
M
O
co
a
O
O
r
CO
M
O
CO
o
Q.
O
Address
1390 N. 17 Ave.
Greeley, CO
915 101° Street
Greeley, CO
915 10°1 Street
Greeley, CO
1101 H Street
Greeley, CO
934 9`" Ave.
Greeley, CO
901 9'° Ave.
Greeley, CO
1555 N. 17m Ave.
Greeley, CO
315 AN 11 p1 Ave.
Greeley, CO
315 B N. 11'" Ave.
Greeley, CO
Building Name
Alternative Programs
' Centennial Center
Centennial Center
Community Corrections
Court House Annex
Courthouse
Health7Planning
Human Service A
Human Service B
BID REQUEST #BI600151
2009 3 $774.00
$774.00
$774.00
2 $774.00
2 $774.00
2 $774.00
2 $774.00
2 $774.00
4 $774.00
N
N
N- m
CO
N
el
o
N
N-
N
N -O O
N
N
r
CO O
O
N
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
Hydraulic/
Passenger
c
c
LE
U
CO
0
0
T
L
H
Thyssen
4C)
N
T
L
H
2))
ten
L
I-
0
0
e
S
I-
Montgomery
Montgomery
Montgomery
CP09-001368
CP08-002693
14'
0
N
O
O
O
0
d
U
CP08-002954
CP08-002957
cc
N
C)
N
O
O
CO
0
a
0
CP08-002965
C P08-002964
Plaza West 910 10°' Ave. CP08-006449
Greeley, CO
315CN_11`"Ave.
Greeley, CO
1950 "O" Street
Greeley, CO
Jail 2110 "O" Street
(1 East Unsecure) Greeley, CO
2110 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
2110 "O" Street
Greeley, CO
Human Service C
c
0
`m
b
rn
c
E
O
Q
3
to
J
Jail
(1 East Secure)
Jail
(2 East Unsecure)
North Jail
(2 East Secure)
Jail
(West Unsecure)
Jail
(West Secure)
BID REQUEST #61600151
Hydraulic/ 2009 3 $774.00
Passenger
$774.00
O
O
I --
$17,034.00
Annual Total
CV
N
Hydraulic/
Passenger
Hydraulic/
Passenger
C
ID
tO
01
>.
r
F—
Montgomery
C
m
CA
ft
>.
.C
F
910 10th Ave. I CP09-004036
Greeley, CO
CP08-006450
CP08-003614
910
Street
Fort Lupton, CO
Plaza West
to
it
N
L
ouu,easr vveia
CD
z
U
a
O
O
O
O
O
O
O
n
S (A
ROUTINE MAINTENANCE ANNUAL TOTAL (FROM ABOVE):
NORMAL LABOR WAGE RATE (HOURLY):
OVERTIME LABOR WAGE RATE (HOURLY):
0
C
PRICE ADJUSTMENT FOR EACH SUBSEQUENT YEAR:
O
U)
PARTS MARKUP PERCENTAGE:
CD
a
BID REQUEST #81600151
Marcia Walters
From:
Sent:
To:
Cc:
Subject:
Attachments:
Sir or Madam,
Joe zopf <jzopf.etco@gmail.com>
Thursday, October 06, 2016 6:56 AM
bids
Carmen Galante
Elevator Maintenance Bid
Weld County Elevator Bid.pdf
Attached is the Elevator Maintenance Bid for Bid #B1600151 from Elevator Technicians. In accordance with
bid requirements Elevator Technicians agrees to the following, "I hereby waive my right to a sealed bid".
Thank you,
Joe Zopf
Elevator Technicians
303-246-3836
izopfetco@gmail.com
SUBUR-7 OP ID: SB
ACORC�
CERTIFICATE OF LIABILITY INSURANCE
PATE (1111/DDNYYYI
11/1112016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
—'PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
ORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Connor & Gallagher Ins. Serv.
750 Warrenville Road, Ste. 400
Lisle, IL 60532
Stephen E. Gallagher
INSURED
Elevator Technician
1153 Bergen Parkway
Suite I - Box 320
Evergreen, CO 80439
CONTACT
NAME Stephen E. Gallagher
PHONE
(NC, Na. Ertl .630.810-9100
E-MAIL
ADDRESS_
INSURERSSI AFFORDING COVERAGE
INSURER A : Cincinnati Specialty
.,SURER a : North River Insurance Company
04SURERC Great American Insurance Co.
INSURER D Hadey5ville
INSURER E
INSURER F
I FAX
(NC,No), 630.810-0100
NAIL X
13037
21105
23582
•
MBER:
bVYCIWYCO c._n.n ,vrs•w. •w•ou.•r.`_
'HIS IS TO CERTIFY THAT 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 WIIH RESPECT TO WHICH THIS
CERTIrICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDI I IONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
IKSR'. TYPE OF INSURANCE i I' DC VND POLICY NUMBER MWOO/Y' POLICY YYT lAMAR IYY'YYI UNITS
LTR ' MD VND 1 I I
A I
X I COMMERCIAL GENERAL LIABILITY
1 --
ElAIMSdWOE X OCIInH X X
i
X i per elevator
GTN'L AGGREGATE LIMIT APPLIES PER
POLICY PRO
OTHER
CSO0076956
11f13/2016
11(13/2011
EACH OCCURRENCE
DAMAGE TO REMFn
P EMISrs(Ea Rak,-R aii ICI
MFD PAP ,A.I L.'s QA'xrl_
PERSONAL 3 ADV INJURY
GENERAL AGGREGATE
'RUOUC TS COMPIOPAGG
Max Aggr
$
S
$
3
S
4
4
1,000,000
100,000
5.000
1,000,000
3,000,000
3,000,000
10.000.000
-
'M1UTOMOe1LE LIABILITY
L ANY AUTO X X BA7Y0187
AU ()WRFC X SCHEDULED
AUTOS AUTOS
NON O, NiD-b
X ROLE) AUTOS X AUTGS
07/30/2016
11/13/2017
CVMHINED SINGLE LIMIT
:EA Arnneart., -_
BODILY INJURY I Par rairnnl
BODILY INJURY IPu IMri, Ill
PROPER IY DAMAGE
Pm Rerl;
{
3
3
S
1,000,000
X UMBRELLA LIAB X OCCUR
B EXCESSLMe CLAIMS -MADE X X 15811075729
DFI I X RETENTION 5 0I
11113!2016
11/13/2017
CACTI OCCURRENCE
AGiGREIJAIE
3 7.000.000
S 14,000,000
COMPENSATION P:F r—_,
AND WORKERS EMPLOYERS'
AND EMPLOYERS LIABILITY YIN
C ANY PROPELLTC+ 'ARIIr P.•FAFIh
EP aJOeD^
(us datoryPSEInM NN)
C (Mandatory
If yes rlrscte rrda
DESCRIPTION OF DPIRATIONS alnw
X !WC4074430-02
WC4074481-02 (WI ONLY )
11(1372016
11/1312016
11113!2017
11/13/2017
X s-aTUTr eD..
FL EACH AGGIUEN1
EL DISE4F-FA EMPLOYEE
h I DISEASE - POLICY LIMIT
3
S
{
1000.000
1,000.000
1,000.000
DESCRIPTION OF OPERATIONS i LOCATIONS. VEHICLES IACORO 101, Additional RnmaMs Schedule, may Is aRached if mart space Is rewind'
RE: Project: Weld County Elevator Maintenance
County of Weldis hereby listed as an additional insured with respects to
General Liability and Auto Liability as per written contract.
(SEE ATTACHED)
L.CK I It BAR I C niJLUCR
COUNTYW
County of Weld
1150 "O,. Street
Greeley, CO 80631
^ •^��.--..•'^-
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
n
t" aftr26,41
-LNIR YL.VRU L.VRrVnn, Nn. P1.,..M..u•v.-.c..v...
ACORD 25 (2014/01)
The ACORD name and logo are registered marks of ACORD
NOTEPAD:
HOLDER CODE COUNTYW
INSUREDS NAME Elevator Technician
SUBUR-7
OP ID: SB
PAGE 2
Date 11/11/2016
Waiver of Subrogation applies to the listed additional insureds with
respects to General Liability and Auto Liability, and Workers
Compensation.
Excess/Umbrella follows form
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
October 17, 2016
To: Board of County Commissioners
From: Toby Taylor
Subject: Elevator Maintenance; Bid #61600151
As advertised, this bid is for performing elevator maintenance at County Buildings. The low bid from
Elevator Technicians meets these specifications. Therefore, Buildings & Grounds is recommending the
bid be awarded to Elevator Technicians for the amount of $17,034.00.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
tOks4
M
CO
ao
0
0
T
ozm w M
Z`)UON
00
Q V O 3 ONO N
a O
O N N
mo oE Oom
Z N
OE00
OOO
J p c0 co c
O
- W W Q LLM
I -
z
W
F-
CC
W
W
Z00
Z o
W z
ZO
N Q W
(00g)
m>z
o
OWJ7v
owm, w
0-
C4(531-‹
O Ii.i l-
-U.wm0J
OwcowO
wD<ZU)O:
I-Omowm
<ww_wO.
OWOM .a
V) Q.
as
2
W
2z
w W
<-1
W 0
W
wO
F-
OM
0
W
J Q
2›.
Ow
Z D
0
0
0
z
w
O
M
O
O
W
CD
N
E3
3.75% each year
N o
M M
Ea 49
M O
ti
47,
40,
oo 0
c4 ci
r. 002 M
r N
49 4R
0
N
0
0
N
00
U)
0 0
O O M M
I ' I I
Lco co ea
d cu
T
c
NMV:r
III C
0002
W W W O
HF-F-r
O coo
O 1n N
ci 404
M vmw
vf�
6f! fR 4f! 4f,
N
II
0
W
I- I -
O w 0
0
E d' 01
44 N 44
0 0
o N
<D
ai
601
0
4t
et cc
O:
y 0 0 0
Z C4 co
in
W N tD
V 3 Z 0 J N N w y N N
_ 000 Cwj� a��o0o a��o0o m CO0
Vp,NO 00 o..< 0 O.< 0 000
W ZMV O:O m�wc.i w() I V
woow VVp z��z a ZW�z w0z
z w iO W m 0 Z O› W o.cJ Z W p 2 J W Z J
Qm O 0 m�W 2icw O
WMt-W z"no co..D nO H >.QInV < O
W SCOW YCOOW HC)NU. Q 1-0NU. O.MU.
E
**TOBY TAYLOR WILL REVIEW THE BI
0
Hello