HomeMy WebLinkAboutresolution.council.047-26RESOLUTION 4041
(Series of 2026)
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ASPEN,
COLORADO, APPROVING A CONTRACT BETWEEN THE CITY OF ASPEN
AND DENVER FIRE ALARM AND AUTHORIZING THE CITY MANAGER
TO EXECUTE SAID CONTRACT ON BEHALF OF THE CITY OF ASPEN,
COLORADO.
WHEREAS, there has been submitted to the City Council a contract for Fire
sprinkler repairs at Marolt Ranch Apartments, between the City of Aspen and
Denver Fire Alarm a true and accurate copy of which is attached hereto as Exhibit
«A».
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF
THE CITY OF ASPEN, COLORADO,
That the City Council of the City of Aspen hereby approves that Contract for
Fire sprinkler repairs, between the City of Aspen and Denver Fire Alarm, a copy of
which is annexed hereto and incorporated herein, and does hereby authorize the
City Manager to execute said agreement on behalf of the City of Aspen.
RESOLVED, APPROVED, AND ADOPTED FINALLY
Council of the City of Aspen on the 14th day of April 2026.
�Zachael Ri
the City
Mayor
I, Nicole Henning, duly appointed and acting City Clerk do certify that the
foregoing is a true and accurate copy of that resolution adopted by the City Council
of the City of Aspen, Colorado, at a meeting held, April 14th, 2026.
Nicole Henning, Cit� Clerk
Docusign Envelope ID: 5695884F-D8CB-4A1 D-B277-7CD2779600EB
CITY OF ASPEN STANDARD FORM OF AGREEMENT
SUPPLY PROCUREMENT and PROFESSIONAL SERVICES
CITY OF ASPEN
City of Aspen Contract No.: 2026-050
AGREEMENT made the 16th day of March, 2026.
BETWEEN the City:
The City of Aspen
427 Rio Grande Place
Aspen, Colorado 81611
Phone: (970) 920-5079
And the Professional:
Denver Fire Alarm
4605 Quebec St. Ste B4
Denver, CO 80216
US
303-720-6537
Shawn@denverfire a com
For the Following Project:
Contract Amount:
Total: $ 99,772.34
If this Agreement requires the City to pay
an amount of money in excess of
$1005000.00 it shall not be deemed valid
untiI it has been approved by the City
Council of the City of Aspen.
City Council Approval:
Date:N/A
Resolution No.: N/A
Marolt Ranch Fire Sprinkler System Corrosion Mitigation &Repairs
Exhibits appended and made a part of this Agreement:
Exhibit A: List of supplies, equipment, or materials to be purchased, Scope of Work, and
Fee Schedule.
Supply Procurement and Professional Services
Updated 08/2025
Page 0
Docusign Envelope ID: 5695884F-D8CB-4A1 D-B277-7CD2779600EB
SUPPLY PROCUREMENT
1. Purchase. Professional agrees to sell and City agrees to purchase the supplies, equipment, or
materials as described in Exhibit A, appended hereto and by this reference incorporated herein,
for the sum of set forth above.
2. Demy (FOB Marolt Ranch Aspen, CO 81611.
3. Contract Documents. This Agreement shall include all Contract Documents as the same are
listed in the Invitation to Bid or Request for Proposals and said Contract Document are hereby
made a part of this Agreement as if fully set out at length herein.
4. Warranties. N/A.
5. Successors and Assigns. This Agreement and all of the covenants hereof shall inure to the
benefit of and be binding upon the City and the Professional respectively and their agents,
representatives, employee, successors, assigns and legal representatives. Neither the City nor
the Professional shall have the right to assign, transfer or sublet its interest or obligations
hereunder without the written consent of the other party.
PROFESSIONAL SERVICES
6. Scone of Work. Professional shall perform in a competent and professional manner the Scope
of Work as set forth at Exhibit A attached hereto and by this reference incorporated herein.
7. Completion. Professional shall commence Work immediately upon receipt of a written
Notice to Proceed from the City and complete all phases of the Scope of Work as
expeditiously as is consistent with professional skill and care and the orderly progress of the
Work in a timely manner. The parties anticipate that all Work pursuant to this Agreement
shall be completed no later than September 30, 2027, with the installation and operation of all
the equipment no later than September 30, 2027. Upon request of the City, Professional shall
submit, for the City's approval, a schedule for the performance of Professional's services
which shall be adjusted as required as the project proceeds, and which shall include
allowances for periods of time required by the City's project engineer for review and approval
of submissions and for approvals of authorities having jurisdiction over the project. This
schedule, when approved by the City, shall not, except for reasonable cause, be exceeded by
the Professional.
8. Payment. In consideration of the work performed, City shall pay Professional on a time and
expense basis for all work performed. The hourly rates for work performed by Professional
shall not exceed those hourly rates set forth at Exhibit A appended hereto. Except as
otherwise mutually agreed to by the parties the payments made to Professional shall not
initially exceed the amount set forth above. Professional shall submit, in timely fashion,
invoices for work performed. The City shall review such invoices and, if they are considered
incorrect or untimely, the City shall review the matter with Professional within ten days from
receipt of the Professional's bill.
Supply Procurement and Professional Services
Updated 08/2025
Docusign Envelope ID: 5695884F-DK!3 4A1 D-13277-7CD2779600EB
9. Non-Assigna�. Both parties recognize that this Agreement is one for personal services
and cannot be transferred, assigned, or sublet by either party without prior written consent of the
other. Sub -Contracting, if authorized, shall not relieve the Professional of any of the responsibilities
or obligations under this Agreement. Professional shall be and remain solely responsible to the City
for the acts, errors, omissions or neglect of any subcontractors' officers, agents and employees, each
of whom shall, for this purpose be deemed to be an agent or employee of the Professional to the extent
of the subcontract. The City shall not be obligated to pay or be liable for payment of any sums due
which may be due to any sub -contractor.
10. Termination of Procurement. The sale contemplated by this Agreement may be canceled
by the City prior to acceptance by the City whenever for any reason and in its sole discretion the
City shall determine that such cancellation is in its best interests and convenience
11. Termination of Professional Services. The Professional or the City may terminate the Professional
Services component of this Agreement, without specifying the reason therefor, by giving notice, in
writing, addressed to the other party, specifying the effective date of the termination. No fees shall be
earned after the effective date of the termination. Upon any termination, all finished or unfinished
documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material
prepared by the Professional pursuant to this Agreement shall become the property of the City.
Notwithstanding the above, Professional shall not be relieved of any liability to the City for damages
sustained by the City by virtue of any breach of this Agreement by the Professional, and the City may
withhold any payments to the Professional for the purposes of set-off until such time as the exact
amount of damages due the City from the Professional may be determined
12. Indenendent Contractor Status. It is expressly acknowledged and understood by the parties that
nothing contained in this agreement shall result in, or be construed as establishing an employment
relationship. Professional shall be, and shall perform as, an independent Contractor who agrees to
use his or her best efforts to provide the said services on behalf of the City. No agent, employee, or
servant of Professional shall be, or shall be deemed to be, the employee, agent or servant of the City.
City is interested only in the results obtained under this contract. The manner and means of
conducting the work are under the sole control of Professional. None of the benefits provided by City
to its employees including, but not limited to, workers' compensation insurance and unemployment
insurance, are available from City to the employees, agents or servants of Professional. Professional
shall be solely and entirely responsible for its acts and for the acts of Professional's agents, employees,
servants and subcontractors during the performance of this contract. Professional shall indemnify
City against all liability and loss in connection with, and shall assume full responsibility for payment
of all federal, state and local taxes or contributions imposed or required under unemployment
insurance, social security and income tax law, with respect to Professional and/or Professional's
employees engaged in the performance of the services agreed to herein.
13. Indemnification. Professional agrees to indemnify and hold harmless the City, its officers,
employees, insurers, and self-insurance pool, from and against all liability, claims, and demands, on
account of injury, loss, or damage, including without limitation claims arising from bodily injury,
personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind
whatsoever, which arise out of or are in any manner connected with this contract, to the extent and
for an amount represented by the degree or percentage such injury, loss, or damage is caused in whole
or in part by, or is claimed to be caused in whole or in part by, the wrongful act, omission, error,
professional error, mistake, negligence, or other fault of the Professional, any subcontractor of the
Professional, or any officer, employee, representative, or agent of the Professional or of any
Supply Procurement and Professional Services
Updated 08/2025
Page 2
Docusign Envelope ID: 5695884F-DK[3 4M D-B277-7CD2779600EB
subcontractor of the Professional, or which arises out of any workmen's compensation claim of any
employee of the Professional or of any employee of any subcontractor of the Professional. The
Professional agrees to investigate, handle, respond to, and to provide defense for and defend against,
any such liability, claims or demands at the sole expense of the Professional, or at the option of the
City, agrees to pay the City or reimburse the City for the defense costs incurred by the City in
connection with, any such liability, claims, or demands. If it is determined by the final judgment of
a court of competent jurisdiction that such injury, loss, or damage was caused in whole or in part by
the act, omission, or other fault of the City, its officers, or its employees, the City shall reimburse the
Professional for the portion of the judgment attributable to such act, omission, or other fault of the
City, its officers, or employees.
14. Professional's Insurance.
(a) Professional agrees to procure and maintain, at its own expense, a policy or policies
of insurance sufficient to insure against all liability, claims, demands, and other
obligations assumed by the Professional pursuant to Section 8 above. Such insurance
shall be in addition to any other insurance requirements imposed by this contract or
by law. The Professional shall not be relieved of any liability, claims, demands, or
other obligations assumed pursuant to Section 8 above by reason of its failure to
procure or maintain insurance, or by reason of its failure to procure or maintain
insurance in sufficient amounts, duration, or types.
(b) Professional shall procure and maintain, and shall cause any subcontractor of the
Professional to procure and maintain, the minimum insurance coverages listed below. Such
coverages shall be procured and maintained with forms and insurance acceptable to the City.
All coverages shall be continuously maintained to cover all liability, claims, demands, and
other obligations assumed by the Professional pursuant to Section 8 above. In the case of any
claims -made policy, the necessary retroactive dates and extended reporting periods shall be
procured to maintain such continuous coverage.
(i) Worker's Compensation insurance to cover obligations imposed by applicable
laws for any employee engaged in the performance of work under this contract, and
Employers' Liability insurance with minimum limits of ONE MILLION DOLLARS
($1,000,000.00) for each accident, ONE MILLION DOLLARS ($1,000,000.00)
disease - policy limit, and ONE MILLION DOLLARS ($ 1 3000,000 .00) disease - each
employee. Evidence of qualified self4nsured status may be substituted for the
Worker's Compensation requirements of this paragraph.
(ii) Commercial General Liability insurance with minimum combined single
limits of TWO MILLION DOLLARS ($2,000,000.00) each occurrence and THREE
MILLION DOLLARS ($3,000,000.00) aggregate. The policy shall be applicable to
all premises and operations. The policy shall include coverage for bodily injury, broad
form property damage (including completed operations), personal injury (including
coverage for contractual and employee acts), blanket contractual, independent
contractors, products, and completed operations. The policy shall include coverage
for explosion, collapse, and underground hazards. The policy shall contain a
severability of interests provision.
Supply Procurement and Professional Services
Updated 08/2025
Page 3
Docusign Envelope ID: 5695884F-D8CB-4A1 D-B277-7CD2779600EB
(idd
ii) Comprehensive Automobile Liability insurance with minimum combined
single limits for bodily injury and property damage of not less than ONE MILLION
DOLLARS ($1, 000, 000.00) each occurrence and ONE MILLION DOLLARS
($1, 000, 000.00) aggregate with respect to each Professional's owned, hired and non -
owned vehicles assigned to or used in performance of the Scope of Work. The policy
shall contain a severability of interests provision. If the Professional has no owned
automobiles, the requirements of this Section shall be met by each employee of the
Professional providing services to the City under this contract.
(iv) Professional Liability insurance with the minimum limits of ONE MILLION
DOLLARS ($1,000,000) each claim and TWO MILLION DOLLARS ($2,000,000)
aggregate.
(c) The policy or policies required above shall be endorsed to include the City and
the City's officers and employees as additional insureds. Every policy required above
shall be primary insurance, and any insurance carried by the City, its officers or
employees, or carried by or provided through any insurance pool of the City, shall be
excess and not contributory insurance to that provided by Professional. No additional
insured endorsement to the policy required above shall contain any exclusion for
bodily injury or property damage arising from completed operations. The Professional
shall be solely responsible for any deductible losses under any policy required above.
(d) The certificate of insurance provided by the City shall be completed by the Professional's
insurance agent as evidence that policies providing the required coverages, conditions, and
minimum limits are in full force and effect, and shall be reviewed and approved by the City
prior to commencement of the contract. No other form of certificate shall be used. The
certificate shall identify this contract and shall provide that the coverages afforded under the
policies shall not be canceled, terminated or materially changed until at least thirty (30) days
prior written notice has been given to the City.
(e) Failure on the part of the Professional to procure or maintain policies providing the
required coverages, conditions, and minimum limits shall constitute a material breach of
contract upon which City may immediately terminate this contract, or at its discretion City
may procure or renew any such policy or any extended reporting peri
mod thereto and may pay
any and all premiums in connection therewith, and all monies so paid by City shall be repaid
by Professional to City upon demand, or City may offset the cost of the premiums against
monies due to Professional from City.
(f) City reserves the right to request and receive a certified copy of any policy and any
endorsement thereto.
(g) The parties hereto understand and agree that City is relying on and does not waive or
intend to waive by any provision of this contract, the monetary limitations or any other rights,
immunities, and protections provided by the Colorado Governmental Immunity Act, Section
24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to City, its
officers, or its employees. City's Insurance. The parties hereto understand that the City is a
member of the Colorado Intergovernmental Risk Sharing Agency (CIRSA) and as such
participates in the CIRSA Property/Casualty Pool. Copies of the CIRSA policies and manual
are kept at the City of Aspen Risk Management Department and are available to Professional
Supply Procurement and Professional Services
Updated 08/2025
Page 4
Docusign Envelope ID: 5695884F-D8CB-4M D-13277-7CD2779600EB
for inspection during normal business hours. City makes no representations whatsoever with
respect to specific coverages offered by CIRSA. City shall provide Professional reasonable
notice of any changes in its membership or participation in CIRSA.
15. City's Insurance. The parties hereto understand that the City is a member of the Colorado
Intergovernmental Risk Sharing Agency (CIRSA) and as such participates in the CIRSA
Property/Casualty Pool. Copies of the CIRSA policies and manual are kept at the City of Aspen Risk
Management Department and are available to Professional for inspection during normal business
hours. City makes no representations whatsoever with respect to specific coverages offered by
CIRSA. City shall provide Professional reasonable notice of any changes in its membership or
participation in CIRSA.
16. Completeness of Agreement. It is expressly agreed that this agreement contains the entire
undertaking of the parties relevant to the subject matter thereof and there are no verbal or written
representations, agreements, warranties or promises pertaining to the project matter thereof not
expressly incorporated in this writing.
17. Notice. Any written notices as called for herein may be hand delivered or mailed by certified
mail return receipt requested to the respective persons and/or addresses listed above.
18. Non -Discrimination. No discrimination because of race, color, creed, sex, marital status,
affectional or sexual orientation, family responsibility, national origin, ancestry, handicap, or religion
shall be made in the employment of persons to perform services under this contract. Professional
agrees to meet all of the requirements of City's municipal code, Section 15.04.570, pertaining to non-
dmnniscriiiin employment.
Any business that enters into a contract for goods or services with the City of Aspen or any of its
boards, agencies, or departments shall:
(a) Implement an employment nondiscrimination policy prohibiting discrimination in
hiring, discharging, promoting or demoting, matters of compensation, or any other
employment -related decision or benefit on account of actual or perceived race,
color, religion, national origin, gender, physical or mental disability, age, military
status, sexual orientation, gender identity, gender expression, or marital or
familial status.
(b) Not discriminate in the performance of the contract on account of actual or
perceived race, color, religion, national origin, gender, physical or mental
disability, age, military status, sexual orientation, gender identity, gender
expression, or marital or familial status.
The foregoing provisions shall be incorporated in all subcontracts hereunder.
Supply Procurement and Professional Services
Updated 08/2025
Page 5
Docusign Envelope ID: 5695884F-D8CB-4M D-6277-7CD2779600EB
19. Waiver. The waiver by the City of any term, covenant, or condition hereof shall not operate
as a waiver of any subsequent breach of the same or any other term. No term, covenant, or condition
of this Agreement can be waived except by the written consent of the City, and forbearance or
indulgence by the City in any regard whatsoever shall not constitute a waiver of any term, covenant,
or condition to be performed by Professional to which the same may apply and, until complete
performance by Professional of said term, covenant or condition, the City shall be entitled to invoke
any remedy available to it under this Agreement or by law despite any such forbearance or indulgence.
20. Execution of Agreement b�City. This Agreement shall be binding upon all parties hereto
and their respective heirs, executors, administrators, successors, and assigns. Notwithstanding
anything to the contrary contained herein, this Agreement shall not be binding upon the City unless
duly executed by the City Manager of the City of Aspen (or a duly authorized official in the City
Manager's absence) and if above $100,000, following a Motion or Resolution of the Council of the
City of Aspen authorizing the City Manager (or other duly authorized official in the City Manager's
absence) to execute the same.
21. Warranties Against Contingent Fees, Gratuities, Kickbacks and Confli
(a) Professional warrants that no person or selling agency has been employed or retained
to solicit or secure this Contract upon an agreement or understanding for a commission,
percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide
established commercial or selling agencies maintained by the Professional for the purpose
of securing business.
(b) Professional agrees not to give any employee of the City a gratuity or any offer of
employment in connection with any decision, approval, disapproval, recommendation,
preparation of any part of a program requirement or a purchase request, influencing the
content of any specification or procurement standard, rendering advice, investigation,
auditing, or in any other advisory capacity in any proceeding or application, request for
ruling, determination, claim or controversy, or other particular matter, pertaining to this
Agreement, or to any solicitation or proposal therefore.
(c) Professional represents that no official, officer, employee or representative of the
City during the term of this Agreement has or one (1) year thereafter shall have any interest,
direct or indirect, in this Agreement or the proceeds thereof, except those that may have
been disclosed at the time City Council approved the execution of this Agreement.
(d) In addon to other remedies it may have for breach of the prohibitions against
contingent fees, gratuities, kickbacks and conflict of interest, the City shall have the right
to:
1. Cancel this Purchase Agreement without any liability by the City;
2. Debar or suspend the offending patties from being a Professional, contractor or
subcontractor under City contracts;
3. Deduct from the contract price or consideration, or otherwise recover, the value of
anything transferred or received by the Professional; and
4. Recover such value from the offending parties.
Supply Procurement and Professional Services
Updated 08/2025
Page 6
Docusign Envelope ID: 5695884F-D8CB-4A1 D-B277-7CD2779600EB
22. Fund Availability. Financial obligations of the City payable after the current fiscal year are
contingent upon funds for that purpose being appropriated, budgeted and otherwise made
available. If this Agreement contemplates the City utilizing state or federal funds to meet
its obligations herein, this Agreement shall be contingent upon the availability of those
funds for payment pursuant to the terms of this Agreement.
23. General Terms.
(a) It is agreed that neither this Agreement nor any of its terms, provisions, conditions,
representations or covenants can be modified, changed, terminated or amended, waived,
superseded or extended except by appropriate written instrument (ally executed by the parties.
(b) If any of the provisions of this Agreement shall be held invalid, illegal or
unenforceable it shall not affect or impair the validity, legality or enforceability of any other
provision.
(c) The parties acknowledge and understand that there are no conditions or limitations to
this understanding except those as contained herein at the time of the execution hereof and
that after execution no alteration, change or modification shall be made except upon a writing
signed by the parties.
(d) This Agreement shall be governed by the laws of the State of Colorado as from time
to time in effect.
24. Additional Provisions. In addition to those provisions set forth herein and in the Contract
Documents, the parties hereto agree as follows:
[ ] No additional provisions are adopted.
[X] See Exhibit A below.
25. Electronic Signatures and Electronic Records. This Agreement and any amendments
hereto may be executed in several counterparts, each of which shall be deemed an original, and ail
of which together shall constitute one agreement binding on the Parties, notwithstanding the
possible event that all Parties may not have signed the same counterpart. Furthermore, each Party
consents to the use of electronic signatures by either Party. The Scope of Work, and any other
documents requiring a signature hereunder, may be signed electronically in the manner agreed to
by the Parties. The Parties agree not to deny the legal effect or enforceability of the Agreement
solely because it is in electronic form or because an electronic record was used in its formation.
The Parties agree not to object to the admissibility of the Agreement in the form of an electronic
record, or a paper copy of an electronic documents, or a paper copy of a document bearing an
electronic signature, on the ground that it is an electronic record or electronic signature or that it is
not in its original form or is not an original.
26. The Professional in performing the Services hereunder must comply with all applicable
provisions of Colorado laws for persons with disability, including the provisions of §§24-85-101,
et seq., C.R.S., and the Rules Establishing Technology Accessibility Standards, as established by
the Office Of Information Technology pursuant to Section §24-85- 103(2.5) and found at 8 CCR
Supply Procurement and Professional Services
Updated 08/2025
Docusign Envelope ID: 5695884F-D8CB-4M D-13277-7CD2779600EB
1501-11. Services rendered hereunder that use information and communication technology, as the
term is defined in Colorado law, including but not limited to websites, applications, software,
videos, and electronic documents must also comply with the latest version of Level AA of the Web
Content Accessibility Guidelines (WCAG), currently version 2.1. To confirm that the information
and communication technology used, created, developed, or procured in connection with the
Services hereunder meets these standards, Professional may be required to demonstrate
compliance. The Professional shall indemnify the CITY pursuant to the Indemnification section
above in relation to the Professional's failure to comply with §§2445401, et seq., C.R.S., or the
Technology Accessibility Standards for Individuals with a Disability as established by the Office
of Information Technology pursuant to Section §2445-103(2.5).
27. Order of Precedence of Contract Documents. The terms and conditions set forth in the
City of Aspen Standard Form of Agreement establish the rights, obligations, and remedies of the
parties. No additional or different terms or conditions, whether contained in bid packets,
documents, order forms, or any other document or communication pertaining to the agreement
will be binding upon the City of Aspen unless accepted in writing by an authorized representative
of the City. In the case of conflicts or inconsistencies between the City of Aspen Standard Form
of Agreement and any other document attached thereto which cannot be resolved by giving effect
to both provisions, the City of Aspen Standard Form of Agreement shall control.
Supply Procurement and Professional Services
Updated 08/2025
Docusign Envelope ID: 5695884F-D8CB-4A1 D-13277-7CD2779600EB
IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly
authorized officials, this Agreement in three copies each of which shall be deemed an original on the
date first written above.
CITY OF ASPEN, COLORADO:
By:
[s
—Signed by:
�c fG SfM&LY
Pete Strecker
[Name]
Title: City Manager
Date: 3/23/2026 � 11:58:02 AM MDT
Approved as to form:
—DocuSigned by:
,�bu,In,S01n,
City Attorneys Office
3/23/2026 � 11:19:04 AM MDT
Supply Procurement and Professional Services
Updated 08/2025
PROFESSIONAL:
By:
Title:
—DocuSigned by:
S�aWVU fSP("/ya
[Signature]
Shawn Espinoza
[Name]
President
Date: 3/17/2026 � 12:04:23 PM PDT
Page 9
Docusign Envelope ID: 5695884F-D8CB-4A1 D-B277-7CD2779600EB
EXHIBIT A:
PHASI SITnPI1IARY (REFElvju � E)
his phasinor summary is provided for coordinationarid floes not modify' the bid fiord quantities unless explicitly
noted.
P);ase Buildings /Scope
Phase 1 Buildings 100 IS: 300 — Corrosion mitigation and repairs per ITB
ill associated spriAJer rooms. NVe will be removili2 the existing
rises' andd Updating with newer components
Phase 2 Buildings 500 �Qw 800 — Corrosion mitigation and repairs per ITB
lii associated sprinkler roollis. We will be reilx.)villgr the existing
riser and updating with newer comon pents
Phase 3 Inspection and touch-up of inoistlire-resistance coating (all
applicable rooms).
otes
Coordinate
111]paimlents/shurdowns and
CeIlallt impacts per ITB.
C'o01'dillite
impainneuts�shutdo«�iis and
tenant impacts per ITB.
Furl walkthrougli, punch list.
allCl touch -ill) Coating as
required.
PHASE 1 — Buildiil=s ldd �'C 3dd
1-1/' ui. G roo� ed Right Handed Chii�-ersal Ea 4 $1,41b.91 $ �,667.54
i`Ianifold Check Valve Assembly-
Alodel�: 5 014UNICRX'0
Source: WINSUPPLY
Triit 2 i mF'll. Grooved x Grooved Cast Brass EA 4 5492.42 $1.969.68
Check?a1�-e
IrIodel=: 9940095 72 000200
Source: VINSL;PPLY
Airmen% ater Pressure Gauge Kit for Fire Sprinkler EA S $77.52 $620.16
Service
I�Iodel�: 11-566-00
2 in. Grooved Orange Ductile Iron Tee Style 20 EA 6 539.77 $23&62
I`lodel:�: F020020P00
2 a M112 isr. Grooved Carbon Steel Concentric EA 6 $172.26 $tL033.56
Reducer Stele 50
Dlodel=: FB67050P00
Firelock EZ 2 in. Grooved Orange Ductile Iron EA 40 S24.84 $993.60
Rigid Coupling Style 009N
1liodel34: L02009NPE0
Firelock EZ 1-If2 in. Grooved Orange Ductile EA 40 $24.09 $963.60
Iron Rigid Coupling Style 009N
dodeli�: L01409NPE0
? in. Grooved Orange Ductile Iron 90-Degree EA 16 526.25 $420.45
Elbow Style 10
Itifodels: F020016P00
14/2 ill. Grooved Orange Ductile Iron 90-Degree EA 16 $24.54 $397.44
Elbow Sty, le 10
nfodelF": F014010P00
Labor EA 100 5185.00 $1&500.00
?" PIPE EA 152 56.39 $971.28
1.5" PIPE EA 92 55.28 S485.76
Travel & per diem (Denver Aspen) — LS 1 55,500.00 $5,500.00
allowance (2 techs)
Lodguig (Aspen area) — allowance (2 tech :, LS 1 $6,000.00 M000.00
shared lodgilig)
PHASE SUBTOTAL 543.0761.52
Supply Procurement and Professional Services
Updated 08/2025
Page 10
Docusign Envelope ID: 5695884F-D8CB-4A1 D-13277-7CD2779600EB
Buildillas !II Cr0 tIG
in. Grooved Right Ha ided Uiriz ersal EA 4 41 A15.91 r�5.667.64
1`fanifold Check Valve Assembly
1lfodel": S014UMC'R 70
Source: 'WINSUPPL.Y
Air -Water Pressure Gauge Fait for Fire Sprinkler EA S $ 7 7.51 S620_16
t�lodell�!: 11-566-00
Firelock EZ 1-1; ? ub. Grooved Orau¢e Ductile EA 40 $24,119 S963.60
Iron Rigid Coupling Style 009N
I�Iodel�: L01409NPEO
1-1 ? ul. Cirooeed Ctrarl�e Ductile Iran ��,'-Degree EA�G $'' 4.54 +'9f�.80
Elbo ."r Style 10
l�iodel=: FIG 1401 GP00
2" PIPE EA G $6.39 $127M
1. 5" PIPE EA 34 $5.18 S443.5'�
6F"I- 7 il.�t�C 'Berl
Pace 4
;" PIpE EA 14f $?.5C1 51.095.OG
Groin ed Orange Ductile Iron 9G-Uegree EA G $Ci?.G 51.35LWO
Elbow Sryle 10
Pfodel=: F024O1OP00
2.5 CC) T_7PLLNG EA 60 $24.1130 51.440.00
LLibor EA 100 $19SA0 S1SJOCa_l10
irraLock '-11 ill. G£ou�'ed }im,cre Duct'lle ISLan E A '4 $Ll �.:tG 70_"lCi
Tee Sn-1e 002' -
I�fodelg: FO_'4L10'POCI
-1 ? x 1-1; 2 itl. Grooved Carbon Steel EA 4 $ 234,00 59 36.C10
C0Oncentric Reducer Style 5-1)
I`fodel�!: FC'03050PCO1
Treavel & per dielu (Deiwer Aspen) — LS 1 S''.S,i 0,tc) 55,50f1,0ff
allowasice ('_' techs)
Lodging (Aspen area) — alloivarice Q teclis. LS 1 S3MO.00 S6.000.00
shared lodge" Ig)
PHASE SUBTOTAL S 43..410.51
PHASE 3 — Inspection & TouchUp (111oisture-Resistmce C'oatina)
Labor EA 40 519_1.00 $7,400.01)
Travel cC per diem (Deriver Aspen) — LS 1 52.2)00,00 S3,2OOM
:lho itice ('? teehs)
LodzuLg (Aspen area) — 11101v ince (2 techs, LS 1 _1,Ot10.C10 S3,()OO.Gl1
shared lodging)
PHASE SUBTOTAL S141.600.00
GRAND TOT_UL ( All Phases) S99,7^1.3.4
T�tnl Bid i� �'tti>��er:s: �►9!�,7?�.34
iE'lY:�se �1 Tatal Bid iYY ��-c,rds: F«1-z�;-tlue� tli��us:llltl Se;"eil 1lllllill'etl hitty�-one clo�lt�r� :iticY eiulit��-
t'��-c-, e.eiit5
l�liase Total Biel in �� orcls: Fail;-tlYiee tli��us{�n� four liunclred teiY dollars ��iicl tift�--riti�c� ceiit4
P1Yase '3 Total Bicl iiY 11`orci5: Tv��,elve tliou4ancl sip lituYclrecl dollars and zeTo cents
Supply Procurement and Professional Services
Updated 08/2025
Page 11
Docusign Envelope ID: 5695884F-D8CB-4A1D-B277-7CD2779600EB
Below are set unit prices which are not included in contract/SOW but if issues outside of
above scope occur they will be present to Project Manager and may be changed ordered in.
Unit Prices
Item Unit Unit Price
Corrosion cleaning + coating LF $65
Dielectric union/coupler installation EA 5425
Dielectric flange/gasket installation EA $1,020
Replacement of fittings EA 5275
Replacement of pipe sections LF 5185
Leak repair beyond base leak in Building EA $1,2.50
100 (if triggered)
Supply Procurement and Professional Services
Updated 08/2025
Page 12