Loading...
HomeMy WebLinkAbout20250103.tiffConkvaef tt9O(ol Docusign Envelope ID: E8509928-6AAE-4FFB-B03B-F29O92431 F78 SUPPLY AGREEMENT FOR DUST PALLIATIVE SUPPLY BETWEEN WELD COUNTY AND ENVIROTECH SERVICES THIS AGREEMENT is made and entered into this rwitiqlay of February 2025, by and between the Board of Weld County Commissioners, on behalf of Department of Public Works, hereinafter referred to as "County," and Envirotech Services, hereinafter referred to as "Contractor". WHEREAS County requires an independent contractor to supply materials to County as set forth in the attached Exhibits; and WHEREAS Contractor is willing and has the specific ability to supply the required materials at or below the cost set forth in the attached Exhibits in accordance with the terms of this Agreement. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. 132500003. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. The material and/or equipment shall be delivered to the location(s) specified herein. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. t C bflSfl4 Z/S/ZS CC: Ur&t& (Pte) \7UY ch ans 2/5/25 ?0Z5-- 01O3 EC-, OOS3 Docusrgn Envelope ID: E8509928-6AAE-4FFB-8038-F29O92431 F78 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving notice to cure such breach. Nothing herein shall be construed as giving Contractor the right to provide materials or services under this Agreement beyond the time when such materials or services become unsatisfactory to the County. 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 completed or partially completed Work 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 Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation; Invoicing. Upon Contractor's delivery of materials to County at the location described in the Exhibits, and County's acceptance of the same, County agrees to pay Contractor as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. 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 (CR.S. 29-1-101 et. seq.) and the TABOR Docusign Envelope ID: E850992B-DAAE-4FFB-B03B-F29D92431 F78 Amendment (Colorado Constitution, Article X, Sec. 20). Unless otherwise provided in the Exhibits, Contractor shall invoice County for all materials supplied by Contractor under this Agreement within thirty (30) days of acceptance of such materials by County, and County shall remit payment to Contractor for all undisputed funds within thirty (30) days of receiving such invoice. County shall include a written explanation for the nonpayment of any disputed funds, and the parties shall cooperate to resolve the dispute in a reasonable timeframe. 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. Contractor warrants that it has title to the materials supplied and that they are free and clear of all liens, encumbrances, and security interests. In addition to the foregoing, all work performed pursuant to this Agreement is subject to a minimum one-year warranty period, unless a greater time is stated in the Exhibits, during which the Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the materials. The Contractor warrants that the 3 Docusign Envelope ID: E8509925-6AAE-4FFB.B03B-F29D92431 F78 materials to be supplied pursuant to this Agreement are fit and sufficient for the purpose intended; they are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and the materials sold to Weld County pursuant to this Agreement conform to the minimum specifications as established herein. Service Calls in the First One Year Period: Contractor shall bear all costs for mileage, travel time, service trucks, and any other costs accrued in the servicing (including repairs) of any of the materials purchased by County pursuant to this Agreement for as many service calls as are necessary for the first one (1) year period after said materials are first supplied to Weld County. 10. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. 4 Docusign Envelope ID: E8509928-6AAE-4FF8-8038-F29D92431F78 Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles operating both on County property and elsewhere in the performance of this Contract. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. 5 Docusign Envelope ID: E8509928-6AAE-4FFB-B03B-F29D92431F78 Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. 6 Docusign Envelope ID: E850992B-6AAE-4FFB-8038-F29D92431F78 On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in Docusign Envelope ID: E8509928-6AAE-4FFB-B03B-F29D92431F78 whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. 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. 19. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 20. 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. 21. Notices. County may designate 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 as identified below. 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 and received by the sending party; or Docusign Envelope ID: E8509928-6AAE-4FFB-8030-F29D92431F78 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Jason Sanchez Position: CEO Address: 910 54th Ave Suite 230 Greeley. Co 80634 E-mail: jsanchez@ienvirotechsevices.com Phone: (970) 346-3947 TO COUNTY: Name: Luis Morales Position: Supervisor Dust Mcmt.. Division of Public Works Address: 11 l 1 H Street Greeley, CO 80632 E-mail: Lmorales@weld.gov Phone: (9701 400-3768 22. 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. 23. 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. 24. 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. 25. 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. 26. 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. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement 9 Docusign Envelope ID: E850992B-6AAE-4FF8-6036-F29D92431F78 (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. 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. 29. Non -Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Govemmental Immunity Act §§24-10- 101 et seq., as applicable now or hereafter amended. 30. 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. 31. 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. 32. 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. 33. No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 10 Docusign Envelope ID E850992B-6AAE-4FFB-B03B-F29D92431 F78 34. Attorney's Fees/Legal Costs, In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR- 54;ned by: By: �a°''so,^- S y 09E14o439. Name: meson Sanchez Title: Cheif Executive officer WELD COUNTY: c ATTEST:0 r • Weld County Clerk to the Board BY: co, Deputy Clerk to the Boar 4D 1 Y 1 egki: Date of Signature:01/28/2025 BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO 11 Perry L.:uck, Chair FEB 0 2825 Exhibit A Weld County Finance Departr►►ent Purchasing Division 1301 North 17Th Avenue Greeley, Colorado 80601 Supply (Recurring) - Invitation for Bid (IFB) Cover Sheet Bid Number: B2500003 Title: 2025 Dust Palliative Supply Issue Date: December 18, 2024 Pre -Bid Meeting: n/a Pre -Bid Location: n/a Questions Due: December 31, 2024, by 5:00pm Questions email: bidsAweld.gov Bid Due Date: January 6, 2025, by 10:00am, Purchasing's Clock Bid Delivery: Preferred email to bidsweld.qov or hand delivery to 1301 North 17'h Avenue, Greeley. CO 80631 For additional information: bids(a�weld.gov Documents Included in this Bid Package IFB Schedules Schedule A: Bid Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Insurance & Bonds Schedule F: Weld County Contract Table of Contents Supply (Recurring) a Invitation for Bid (IFB) Cover Sheet..... 1 Documents Included in this Bid Package . 1 IFB Schedules 1 Schedule A a Bid Instructions ... 3 Purpose/Background ..3 Bid Advertisement .......3 Bid Submission 3 Introductory Information ..3 Cooperative Purchasing 4 Schedule B - Scope of Work .5 Project Overview - 5 Method of Procurement _ 5 Pricing Method 5 Project Scope..... 5 Schedule C - Project Schedule 8 Schedule 8 Schedule D - Bid Form 9 Bid Submittal Instructions 9 Fees ......9 Attestation .10 Schedule E — Insurance ..11 Insurance 11 Insurance Mailing Information 12 Schedule F - Weld County Contract .13 Contractual Obligations 13 Weld County Standard Contract 13 B2500003 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County), wishes to purchase the following: Dust Palliative Supply 2025 The project, in general consists of delivering of up to 117061000 gallons Liquid Dust Palliative to bulk tanks at our Greeley and Kersey facilities and providing (1) 201000 -gallon storage tank at New Raymer for use in providing dust mitigation on gravel roads within Weld County, Bids will be received until: January 6, 2025 at 10:00am (Weld County Purchasing_Time Clock . The submitted bids will be read over a Microsoft Teams Conference Call on January 612025 at 10:30am To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening In person at the Weld County Purchasing Conference Room, 1301 N. 17t Avenue, Greeley, CO 80631. Phone number: 720439-5261 Phone Conference ID: 8455700440 Bid Advertisement You can find information concerning this request on the BidNet Direct website at https;//www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bidsjweld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-4004222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by 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 3 other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary." "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders? Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County In the current term or in any future terms. B2500003 4 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a vendor to provide Dust Palliative Supply 2025 Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB the contract. Pricing Method Unit Pricing: Unit pricing is where the contractor simply sets a price for each unit of type of work, or category of cost. Project Scope The scope of this project is for Dust Palliative Supply 2025 Purpose: Weld County is soliciting bids for the delivery of liquid dust palliatives, into bulk storage tanks for the counties Dust Mitigation Program, treating gravel roads throughout weld County. GENERAL CONDITIONS AND SCOPE:, 1. Weld County will not supply any material for this project. 2. The liquid dust palliatives, commonly referred to as a 70/30 blend (70% mag chloride,30%lignin sulfate or equivalent of complex sugars which have a dark natural color, lignin sulfate is preferred), or equal and/or equivalent to the 70/30 blend. All Chemicals bid other than the 70/30 blend wilt need to have been reliably demonstrated and show to meet Weld County requirements. 3. Vendor will deliver to the bulk 60,000 gallon storage tanks located at 1111 H street in Greeley and 23536 CR 54 kersey, Colorado and the vendor shall provide one additional 20,000 gallon portable storage tanks to be located at the Weld County New Raymer Satellite Facility located at 500 CR 129 New Raymer Colorado and Include pricing with the product being picked up at the vender production facility depending on the plant location to be efficiently and economical benefit to be picked up by Weld County . 4. The contractor shall provide the ability to pump liquids at a rate of at least 250 gallons per minute (GPM) from a truck Into the storage tank and from the storage tank to a truck. 5. The storage tank shall be delivered and made ready for use by the contractor within 20 days of the notice to proceed. The contractor shall be responsible for the removal of the tank at the end of the contract. 6. The county will provide an accessible and reasonable level area for the setting of the tank. 7. Contractor will follow all rules and regulation stipulated for any permIt(s) pertaining to the vender's site. B2500003 5 8 Vendor shall provide one 20,000 Gallon Bulk Storage Tank with Pump at the New Raymer site. In Schedule D — provide the pnce for full setup that also includes the annual rental rate. 9 Project time will be from February 2025 through January 2026. 10 Weld County will select the bidder based on the lowest coast to the county 11 The successful bidder shall provide a Supply Bond to the County as arranged by the parties. 12 The successful bidder(s) shall provide a certificate of insurance to the County as arranged by the parties 13. Certified liquid meters are required 14 Payment shall be made according to the bid prices per gallon times the gallons of material supplied as determined by the metered gallons delivered Tickets must be a pnnted metered gallon ticket, or a printed scale generated ticket by weight having the gross weight, tare weight and net (Tons) listed The tickets must also List Ticket Number, Date, Time, Truck Number, Driver (optional), Delivery Location and Product Deliveries will be accompanied by Uniform Straight Bill of Lading (No handwritten tickets will be excepted) and will be left with a Weld County employee or in a provided receptacle. All tickets must be legibly 15 Rental payment for storage tanks will be submitted per month and quote for monthly storage tank rental shall be included with the bid 16 Weld County Public Works personnel normally work, Monday through Friday Occasionally, due to circumstance beyond our control, work may extend to Saturday and/or Sunday. The successful bidder is required to accommodate these situations as necessary for the unit price shown in the bid 17. The contractor shall make delivenes on an "as needed" basis to keep an adequate supply of dust palliative in the storage tanks. County personal will help monitor dust palliative storage tank levels and advise the contractor via either phone or email the approximate quantity needed to complete the daily work schedule 18. Weld County reserves the right to terminate this contract at any time if, in the opinion of the Public Works. Director, the successful contractor(s) are not performing according to provisions outlined in this contract or according to Colorado Department of Transportation Standard Specifications for Road and Bndge Construction 19 Weld county reserves the right to utilize county personnel and equipment to load materials at the contractor's facility at any time if, in opinion of the Public Works Director, the successful contractor(s) are not diligently attempting to load materials to efficiently supply county operations 82500003 _ 6 20 This one-year contract is renewable for up to (2) additional y+Baare Material cost adjustments will be considered at the end of each calendar year that this contract represents Any price adjustments must be verified by justification of base bid cost increase of materials, labor or other associated items included in the original cost of the material supply Cost increase must be consistent with regional trends Weld County will use the ENR Cost Index The base price per gallon may increase from one year to the next by no more than the Increase percentage reflected in the Engineering News Record for the cost index out of Denver as a measure of reasonableness for justified increase Price adjustments will not be implemented without final approval from Weld County Weld County reserves the right to cancel this contract and re -bid the dust palliative supply contract if, in the opinion of the Public Works Director, the cost increase is not justified or consistent with regional trends The specification for material supply shall be in accordance with the Colorado Department of Transportation, Standard Specification for Road, and Bridge Construction 2021, unless otherwise stipulated in this document References to the division shall mean Weld County and all documentation required will be handled through the Weld County Public Works Department Pnce for the liquid dust palliatives shall include all labor and equipment costs necessary to deliver and load material into bulk tanks Prices for the bulk tanks shall include delivery and made ready for use within 20 days of notice to proceed by the vender along with a pumping system to load the matenal into and out of the tanks at 250 gallons per minute The vender shall be responsible for the removal of the tanks at the end of the contract Weld County will supply a suitable site for the tanks and be responsible for the maintenance and upkeep of the pumps to insure proper operating status if vender equips any of the storage tanks with remote tank monitoring system, it will be provided by and maintained by the vender 02500003 7 Schedule C - Project Schedule Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Delivery of Goods B2500003 December 18, 2024 December 18, 2024 n/a December 31, 2024 by 5:00pm January 6, 2025 January 22, 2025 February 5, 2025 February 19, 2025 Schedule D - Bid Form Bid Submittal Instructions The following items must be completed ard submitted with your bid on or before the bid opening deadline of 1_0:00am on January 6, 2025: 1) Schedule B- Scope of Work 2) Schedule D - Bid Form 3) W9, if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below by providing the price per each unit. Then multiply by the estimated quantity to determine total of each line item. Then provide any ann Item Location Unit 1Prtce per Estimated Unit Quantity Price Liquid Palliative (70/30) Dust MAG Greeley Gallon J 1$ 0,9q �_ 800,000/GAL $152, a) X70/30) Liquid Palliative Dust MAG Kersey Gallon _ # n, fit/ 275,000/GAL A 7≤SJ 500 _ to , g'y 205,535/GAL $N5/ 202.901 Liquid Palliative 70/30) Dust MAG Raymer New Gallon il 0 88 425,00/GAL 557e4 °X) Liquid Palliative Dust _ MAG Pickup — Gallon _(70/30) 20,000 Gallon Bulk New One Include Setup Storage Tank with ,,,,,,� & Annual Pump Raymer Tank Rental Rate ,lh td � Grand Total i 1, 51'7, >O2, 90 The undersigned, by his or her signature, hereby acknowledges and represents that: B2500003 t 9 lienaSIMINIMMIS _ 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2500003. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she Is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Attestation Item Entry Rta1Cpl am _Company Name: iosyrH at,�,,��� Address: Phone W(Qrit91OO - - - Email: _mil)- esedzids_eenreirotel‘ermxeyl_recni_ Ews /low FEIN/Federal Tax ID #: CONTRACTOR: By: Name. An f&nk Title: Cavi�iny B2500003 tzlzat Date of Signature 10 Schedule E - Insurance Insurance 1. The Contractor shall furnish a certificate of insurance for commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contractor has submitted to the County, and received approval thereof, the certificate of Insurance showing compliance with the following types and coverage of insurance. a. Commercial General Liability Insurance; to include products liability, completed operations, contractual, broad form property damage, and personal injury. Each Occurrence General Aggregate $1,000,000 $2,000,000 b. Comprehensive Automobile Liability Insurance: to include all motor vehicles owned, hired, leased, or borrowed. Bodily Injury/Property Damage $1,000,000 (each accident) Personal Injury Protection Per Colorado Statutes c. Workers' Compensation Insurance: Per Colorado Statutes d. Professional Liability Insurance: to include coverage for damages or claims for damages arising out of the rendering, or failure to render, any professional services. Each Occurrence $1,000,000 *This insurance requirement applies only to Contractors who are performing services under this Agreement as professionals licensed under the laws of the State of Colorado, such as physicians, lawyers, engineers, nurses, mental health providers, and any other licensed professionals. 2. The Contractor's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government as an "additional insured" and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses resulting from the actions or negligence of the Contractor. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. 82500003 11 c. Any and all deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contractor. 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contractor shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon failure of the Contractor to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contractor to obtain and/or maintain any required insurance shall not relieve the Contractor from any liability under the Agreement/Contract, nor shalt the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification. c. Contractor shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updated/changes to coverage, extensions, renewals, etc. 4. If the Contractor is a Joint Venture, then the respective parties thereto are each individually held fully responsible for completion of the project according to the terms of this Agreement. The parties thereto also have joint and several liabilities to the County for any liquidated damages assessed or for performance bond claims against the Joint Venture. The performance bond and all insurance required by this Agreement shall set forth the identity of each party to the Joint Venture. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Project Manager. [Enter Name] Email: [Enter email] Telephone: [Enter Phone Number] Mall;, Weld County (Enter Department) ATTN: [Enter Protect Manager fame] PO Box 758 Greeley, CO 80632 B2500003 12 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract Is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Supply Agreement Between Weld County and (Contractor) THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to supply materials to County as set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to supply the required materials at or below the cost set forth in the attached Exhibits in accordance with the terms of this Agreement. NOW, THEREFORE, In consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited In this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are B2500003 13 incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described In the attached Exhibits. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. The material and/or equipment shall be delivered to the location(s) specified herein. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement, and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving notice to cure such breach. Nothing herein shall be construed as giving Contractor the right to provide materials or services under this Agreement beyond the time when such materials or services become unsatisfactory to the County. 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 completed or partially completed Work 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 Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation; Invoicing. Upon Contractor's delivery of materials to County at the location described in the Exhibits, and County's acceptance of the same, County agrees to pay 62500003 14 Contractor as set forth in the Exhibits No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authonzing such additional payment has been specifically approved by Weld County If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payments) to County Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 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 appropnation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C R S 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). Unless otherwise provided in the Exhibits, Contractor shall invoice County for all matenals supplied by Contractor under this Agreement within thirty (30) days of acceptance of such materials by County, and County shall remit payment to Contractor for all undisputed funds within thirty (30) days of receiving such invoice County shall Include a written explanation for the nonpayment of any disputed funds, and the parties shall cooperate to resolve the dispute in a reasonable timeframe 7 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 (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's pnor written consent, which may be withheld in County's sole discretion. 9 Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications Contractor warrants that it has title to the matenals supplied and that the they are free and clear of all liens, encumbrances, and security interests In addition to the foregoing, all work performed pursuant to this Agreement is subject to a minimum one-year warranty penod, unless a greater time is stated in the Exhibits, dunng which the Contractor must correct any failures or deficiencies This warranty shall commence on the date of County's final inspection and acceptance of the materials The Contractor warrants that the matenals to be supplied pursuant to this Agreement are fit and sufficient for the purpose intended; they are merchantable, of good quality, and free from defects, whether patentor latent, in material or workmanship; and the matenals sold to Weld County pursuant to this Agreement conform to the minimum specifications as established herein B2500003 15 Service Calls in the First One Year Penod Contractor shall bear all costs for mileage, travel time, service trucks, and any other costs accrued in the servicing (including repairs) of any of the matenals purchased by County pursuant to this Agreement for as many service calls as are necessary for the first one (1) year penod after said materials are first supplied to Weld County 10 Accepte ea of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's nghts under this Agreement or under the law generally 11 Insurance Contractor must secure, before the commencement of the Work, the following Insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required Insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period For all coverages, Contractor's insurer shall waive subrogation rights against County a. Types of insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment The policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropnate sole propnetor waiver form Commercial General Liability insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows $1,000,000 each occurrence; $1,000,000 general aggregate, $1,000,000 Personal injury $5,000, Medical payment per person Automobile Liability Insurance Contractor 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 b. Proof of Insurance. Contractor shall provide to County a certificate of insurance, a policy, or other proof of Insurance as determined in County's sole discretion Contractor shall provide a certificate of insurance naming Weld County, Colorado, Its elected officials, and its employees as an additional named insured c. Subcontractor Insurance Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above descnbed insurance pnor to the commencement of the Work, or otherwise that they are covered by the 02500003 15 Contractor's policies to the minimum limits as required herein Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might anse out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance In sufficient amounts, duration, or types The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement a. Certification of Compliance with Insurance Requirements The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies 12 indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount ansing or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree The Contractor shall be fully responsible and liable for any and all injunes 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 It is agreed that the Contractor will be responsible for pnmary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of'this contract, the Contractor 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 Contractor for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement 13 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 nghts hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all nghts of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 14 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 nght to examine and audit any books, documents, papers and records of Contractor, B2500003 17 62500003 involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 15.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. 16. Notices. County may designate its project representative ("County Representative") who shall make, within the scope of his or her authonty, all necessary and proper decisions with reference to the project. All request for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative as identified below. 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: Contractor: Name: [Insert] Position: [Insert] Address: [Insert] Address: [Insert] E-mail: [Insefti Phone: [Insert] County: Position: [Insert] Address: [Insert] Address: [Insert] E-mail: [Inserti Phone: [Insert] 17.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. 18. Non-Exclusly Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 18 19 Entire Agreernent/hkidifications. 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 pnor 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 wntten instrument signed by both parties , 20.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 appropnated in each succeeding year 21 Employee Financial Interest/Conflict of Interest — C.R.S. §§24.10-201 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. 22.Survival of Termination. The obligations of the parties under this Agreement that by their ' nature would continue beyond expiration or termination of this Agreement (including, without limitation,I the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 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. I 24.Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Govemmental 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 nght 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 junsdiction to resolve said dispute B2500003 19 28. Public Contracts for Services Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. 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. 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 this Agreement 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 by the Colorado Department of Labor and Employment. Contractor shall, within twenty days after hiring a 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 the other requirements of federal or state law. If Contractor fails to comply with any requirement of this provision, County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States, 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 federal or state law, and (c) shall produce one of the forms of identification required by federal law prior to the effective date of the contract. 29. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 30. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms, Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the 62500003 20 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. CONTRACTOR: By: Name: Title WELD COUNTY: ATTEST: Weld County Clerk to the Board Date of Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO BY: Deputy Clerk to the Board [Insert Name], Chair B2500003 21 Exhibit B Rose Everett From: Sent To: Cc: Subject: Aft chments: Bryanna Mitts <bmitts@envirotechservices.corn> Friday, January 3, 2025 4:12 PM bids Eric Nitti; Shane Danhoff; Joel Funk; Veronica Lopez EnviroTech Services, LLC- Bid Reponse- "I hereby waive my right to a sealed bid" EnviroTech Services, LLC- Dust Palliative Bid 2025- Final.pdf This Message Is From an External Sender This email was send by someone outside Weld County Government. Do not dick links or open attachments unless you recognize the sender and farms the content b safe. Good afternoon, Please see the attached 2025 Dust Palliative Supply bid from EnviroTech Services, LLC. "I hereby waive my right to a sealed bid" Thank you and have a wonderful weekend. Sincerely, Bryanna Mitts - Company Paralegal & Bid Coordinator 910 54th Avenue, Suite 210 Greeley, CO 80634 O: 970-346-3931 Ext: 131 C: 970-515-2749 E: bmitts@envirotechservices.com Bid Email: esibids@envirotechservices.com 371wr/HOTECH/ sERwcFS on People Peopl:=: IIr1l)I!_pp- Their Env', 1 Suppression and Stabilization in Sync RoadSaver is a high purity grade of magnesium chloride (MgCl2) used as a dust control and soil stabilization agent. Uses and Application Road surface preparation is extremely important in all application techniques. However, these preparations do not need to be time consuming or costly. The better the road conditions, the more successfJI the application will be. The following four factors work together to achieve optimum results' Quality and composition of aggregate Road preparation Compaction Application rate For more than 30 years, EnviroTech Services, Inc. has proven to be an industry leader in soil stabilization and road solutions. We effectively proouce high performing products that provide our customers with improved efficiency and reduced cost. We achieve these goals while, at the same time, reducing environmental impact and enhancing sustainability. Call Us Phone: 1.800.369.3 878 Pax: 1.970.346.3959 Visit Us 910 54th Avenue, Suite 230 www.EnviroTechServices.com Greeley, CO 8O634 ROADSAVER Performance RoadSaver 1s the least harmful of common dust suppressants to vegetation and groundwater according to independent studies conducted by the U.S. Department of Agriculture. It is non -irritating and safer to handle, and won't cause the burning or stinging associated with some other dust control products. RoadSaver is free of toxic metals and substances. It is used as an ice control agent, and as a fertilizer for crops such as turf and small grains. Features and Benefits • Allows for cleaner air and reduces dust to PM10 Standard • Improves road quality with fewer potholes and less washboarding • Ensures public safety • Reduces road maintenance while creating more value for the dollar • Can be used on many soil types Toxicity of Paw Materials (small numbers are more toxic) Vitamin C Magnesium Ch$oride taking Soda �■ Sodium CMOrlde C,alc1'umaloride at;_ Caffeine . Aspirin I Sodium Cryan* 0 2000 4000 6000 8000 10000 12000 1050 I rnalk$1 tunimmINS _ EnviroTech's product is always within the guidelines set in the contract. Jake B. Mall Cour''r'.. ;macs G Bricjcl Departrrlen We have used everything from tree sap to calcium chloride and waste oil. To date, magnesium chloride fRoadSaverJ is the best thing we've used. ais William J. Hoffbeck, o' Lakeville, MN y Contact EnviroTech Services for a complete evaluation of your road preparation and dust control needs. C] S % Contract Holder ConinEl 41O MWA20000St CLR 'boT.c Strata trice mbehiJi nett 440 is 10'1 1ftrt Datarti. Ii'19;thy r►•i•u..j1 W real *amt. to t)•• , t-7 .':U/,ii• •) 1"/ .r . t„ r r ( 4 scam retort 's1s'!;Pc 1;• atw•.1,:,t•• to •• .•I�ti:bril •- S' op .. I 1. IN•Qrr,L►t wnthain Oily tr en*fltyorquesantttvlr•$ts?t'•v7,, taut) gnarl •t;.►?:4i1 v.# *SR ►ibAi•3/1 t "u Wit • •, ''• rlrr•a,.'1 •:r...'r 'h• ICU • Ai L.444- trait t, tit ►fv :.il.bd•• n1:$ `r• j .:t't I 'IN p';na at. "rt. M Rt'i`.iCQ'S 4c.tcttvt.11}•')•?X11 intflinh4(t toVxe ea•s ion). C')(I.Vt:.'.t%L:lrlf stily t .c' N i. q. •11►•.,'• .- 1.tie • .t •f•' ..s ••t./t1•^•• /.tKan V". ' .'tr e% 1.1► •%J f•..1 •tt.l' •,• a' efrtler. 1641,14r 11;*•.•Iwo fit -SC! ;11)4 t.'► Alt tt,":.al*be tv' ant pN•titvLr ,..n Vsere olt 1 *'f•etr.tre :,,M• v•,cts r+rtlrsi ••y r their own • nOwpeadent (CIthIsiGin 4 AO r iJ*t 110Qh 4dne. end rnustcoMlutttnei! ownSty1. i 'r.l 141411or* i.r4 ..tnti'd'et•?0 an, to in:en:i3`t the lu(tslfl'ty, deny enattfla't ti' iii• Ortt`Ou;t 3ti•KtSd rpf sni ylttr131►0 PY•P $S, end thin t.a!«i)rand efficacy (# thou vr►e prothecb Isiu pr.t't'7 +et, t N• tr'r.4iscu to' any .0 vtatini hetifinp tat %fh hprtdn thrall C•.Icwl.ttuwt 41 L rnrunt luendatitl'1 ID ate +ate, (31 pionst rider wbitn #n wry tgtrlc!1t ttltllkeat•ar► tV IA e•rlhic• •dvnfl w1y'«tintim) arion#The• r..•tpt►•, ••t% tv retiePeet thO First to witsui•taw t' p•1rduCt *faits COMMIS rtai anti ti) mut it •y ./ '•QC% tts en, I 1011101 t*-lrnlrsctsl or Orioles:neMe! patios° list teptna / L13LCL%Mh r beim*f 4t rir t : o'l.attgl .'tl *OW ell t%b$1t'Crnit s.NingtiMenlyr►ct.rttif;e•gs:'t any .•t1►it11$teh'tIA2'WtiltU%t%!tspy k"at tlttdf•K'$I*.th nines out c6t4R,MNovtedr•yCSIp'Gdn111Wittfestwtcot CioaCtvl(j+1tC;lir. vial". bit •6•fvlpprrclt .,u.1 (IQ ArniA'Al fir .blot, vUiurr t'M•i• U..•'r%far IIsift • If, ••.11 trlrti4M.Irb% tat Li..;,,irsr,1, Self v%n t. *t':, IIr 1L%.•.Ut Utf'••r• or a!i•INeale. at any 1i rt1.f4, bat nut ate roam. II" Call tk vhcint•; 1,8OO.369.3878 l:ax: !.9'10.346,.3959 rtriai( us 910 .54th Avenue, Suite 230 lrtloM)ErlvirnTech orvice.s.corn C;reOeyi CO 80634 RoadSaver W t•ptr' nelp•ng people im►provr• the" �r�vironmF:n'. A1S £4V/ROTECH PRODUCT SPECIFICATIONS CHEMICAL PROPERTIES a_ w._C Magnesium Chloride I 21.5 20.0 — 23.0 i Is Complex Sugar Proprietary Proprietary TYPICAL ANALYSIS Testing per Clear Roads Methods (ppm) Constituent j Detected Level Constituent Detected Level Mani 1 .511.. -- - „.._ - a i _ _ I - ! < 3x0040 Cadmium - < 0.2 Chromium < 1.0 CaPPer < toL -_ <0.05 Selenium 1 < 5.0 Mercury ._ Zinc < Igo ; < 25001,4 i Cyanide I <0.2 PHYSICAL PROPERTIES • Brown • 10.00 -10.08 Ibs/gallon • 4- 9 pH as shipped • Specific Gravity, 1.198 -1.2O8 Phone: 1-800-369-3878 Email: into@gnvi,uTechServices cone Far 1-970-346-3959 910 54" Avenue, Suite 230 Website: EnviroTechServices.corn Greeley, CO 80634 SERf/10E$ /NC 1. PRODUCT AND COMPANY IDENTIFICATION Product Identity: RoadSaver W Recommended use of the chemical and restrictions on use: Dust Control Manufacturer: Telephone: Envirotech Services, Inc 910 54`^ Ave, Surte 230 Greeley, CO 80634 (970) 346-3900 Emergency Phone CHEMTREC. (800) 424-9300 SDS Date of Preparation: 01/26/2022 [2. HAZARDS IDENTIFICATION GHS Classification: Plslcal Not Hazardous GHS Label Elements: None Required Health r Environment Not Hazardous I Not Hazardous 3. COMPOSRION/INFORMATION ON INGREDIENTS Component Water CAS No. Amount 7732-18-S Balance Complex Sugar Magnesium Chloride Proprietary 7791-18-6 Proprietary 20.23% °'rhe exact percentages of the Ingredients in this mixture are considered to be proprietary and are withheld In accordance with the provisions of paragraph (I) of § 1910.1200 of 29 CFR 1910.1200 Trade Secrets 4. FIRST AID MEASURES Eye: Flush victim's eyes with large quantities of water, while holding the eyelids apart Get medical attention if irritation occurs and persists Skin: Wash skin thoroughly with soap and water. Get medical attention if irritation develops, Remove and launder clothing before reuse, Ingestion: Do not induce vomiting. Rinse mouth with water and give one glass of water to drink Never give anything by mouth an unconscious or convulsing person Get medical attention if symptoms develop Inhalation: Remove victim to fresh air. If breathing is difficult or irritation persists, get medical attention Most Important Symptoms: May cause slight eye and skin irritation Indication of immediate medical attention/special treatment: Immediate medical attention is not required Page 1 of 5 Roadsaver W 01/26/2022 is FIRE FIGHTING MEASURES Suitable (and Unsuitable' Extinguishing Media: Use media appropriate for surrounding fire Cool fire exposed containers and structures with water Specific hazards arising from the chemical: Thermal decomposition may yield oxides of carbon and other harmful or irritating chemicals Special Protective Equipment and Precautions for Fire -Fighting Instructions. Firefighters should wear positive pressure self-contained breathing apparatus and full protective clothing Aqueous solutions may cause surfaces to be extremely slippery and cause a slip hazard [6. ACCIDENTAL RELEASE MEASURES Personal Precautions, Protective Equipment, and Emergency Procedures: Wear appropriate protective clothing as described in Section 8 Wash thoroughly after handling Methods and IYlaterials for Containment and Cleaning Up Dike and collect liquid or absorb with an inert absorbent and place in appropriate containers for disposal Flush spill area with water Report releases as required by local, state, and federal authorities 7. HANDLING ARID STORAGE Precautions for Safe Handling. Avoid contact with the eyes, skin, and clothing Avoid breathing mists or aerosols Wear protective clothing and equipment as described in Section 8 Wash thoroughly with soap and water after handling Keep containers closed when not in use Conditions for Safe Storage, Including Any Incompatibilities. Store in a cool, dry, well -ventilated area away from Incompatible materials Product maybe corrosive to some metals 18. EXPOSURE CONTROLS/PERSONAL PROTECTION Exposure Guidelines. .Magnesium Chloride Complex Sugar None Established None Established Engineering Controls. Use with adequate general ventilation to minimize exposures Respiratory Protection: in operations where exposure levels are excessive, a NIOSH approved respirator with dust/mist cartridges or supplied air respirator appropriate for the form and concentration of the contaminants should be used Selection and use of respiratory equipment must be in accordance with OSHA 1910 134 and good industrial hygiene practice Skin Protection: Wear impervious gloves such as rubber or neoprene if needed to avoid prolonged skin contact Eye Protection: Safety glasses recommended Other: Long-sleeved clothing and long pants recommended to avoid prolonged skin contact Suitable washing facilities should be available In the work area , Page 2of5 Roadsaver W 01/26/2O22 9. PHYSICAL ARID CHEMICAL PROPERTIES Appearance And Odor: Brown liquid with sweet odor Physical State: Liquid Odor Threshold: Not established Vapor Density Not determined Initial Bolling Point/Range 100°C (212°F) Solubility in Water: Soluble Vapor Pressure. Not determined Relative Density 1203 Evaporation Rate Not determined NVelting/Freeting Point. -28 9°C i-20 0°F) pH: 4-9 VOC Content. Not determined Octanol/Woter Coefficient. Not determined Solubility Complete Decomposition Temperature. Not determined Viscosity <300 cP @ 20°C Flammability (solid, gas)• Not applicable Flashpoint Not determined Autoignition Temperature: Not determined Flammable limits: LEL: Not determined UEL. Not determined Lno. STAB0LITV AND REACTIVITY Reactivity. Not normally reactive Chemical Stability. Stable under normal storage and handling conditions Possibility of Hazardous Reactions None known Conditions to Avoid: None known Incompatible Materials. Strong oxidizing agents, concentrated acids, and some metals Hazardous Decomposition Products When heated to decomposition emits oxides of carbon and other harmful or irritating chemicals 111 TOXICOLOGICAL INFORMATION HEALTH HAZARDS. Ingestion Ingestion may cause slight irritation with nausea, vomiting, and diarrhea Inhalation. Inhalation of mists may cause slight irritation of the nose, throat, and upper respiratory tract Eye: May cause mild to moderate irritation with pain and tearing Skin: May cause slight irritation on prolonged or repeated contact Sensitization: This material is not known to cause sensitization. Chronic: None'known. Carcinogenicity None of the components is listed as a carcinogen or suspected carcinogen by IARC, NTP, or OSHA Gerrit Cell Mutagenicity. None currently known Reproductive Toolcity. None currently known Numerical Measures of Tonicity No toxicity data available Page 3 of 5 Roadsaver W 01/26/2022 [12. ECOLOGICAL INFORMATION 1 Ecotoxidty: No data available Persistence and Degradabdity: Biodegradation is not applicable to inorganic substances Bloaccumulative Potential: No data available Mobility in Sof: No data available Other Adverse Effects. None known 113. DISPOSAL CONSIDERATIONS Dispose in accordance with local, state, and federal environmental regulations [14. TRANSPORT INFORMATION DOT Hazardous Materials Description. Proper Shipping Name Not regulated UN Number None Hazard Class/Packing Group. None Labels Required None 15. REGULATORY INFORMATION CERCLA. This product is not subject to CERCLA release reporting Many states have more stringent release reporting requirements. Report spills required under federal, state, and local regulations SARA Hazard Category (311/312)• Refer to Section 2 for OSHA Hazard Classification SARA 313: This product contains the following chemicals subject to Annual Release Reporting Requirements under SARA Title ill, Section 313 (40 CFR 372) None EPA TSCA Inventory: All of the ingredients in this product are listed on the EPATSCA Inventory CANADA: This product has been classified under the CPR and this SDS discloses information elements required by the CPR Canadian CEPA: All the components of this product are listed on the Canadian DSL Canadian WHMIS Classification: Not classified as dangerous r Page 4 of 5 Roadsaver W 01/26/2022 116, OTHER INFORMATION NFPA Rating Health = 0 Flammability = 0 Instability = 0 HMIS Rating: Health =1 Flammability = 0 Physical Hazard = 0 I SOS Revision History 01/26/2022 New SDS 02/06/2024 Updated SOS 01/03/2024 Updated SDS Disclaimer This Safety Data Sheet (SOS) Is provided in response to customer requests to address the safe handling of the product All statements, technical information and recommendations contained herein are the best of our knowledge, reliable and accurate This SDS is not intended to make any representation as to how the product will perform when used for its intended purpose by a user. in that regards the product is sold "AS IS" and nothing in this SDS should be deemed to be a representation or warranty of any injury, loss, or damage, of any kind or nature, which are sustained by or arise from the use of the product Nothing in this SDS is intended to be a representation or warranty by the manufacturer of the accuracy, safety, or usefulness for any purpose of any technical information, materials, techniques, or practices The information contained in this Safety Data Sheet is, to the best of our knowledge, accurate and reliable This information should be provided to all individuals handling this product Federal, state, and local regulations should be followed when handling this product Page 5 of 5 Contract Form Entity Information Entity Name" ENVIROTECH SERVICES LLC Contract Name * MAG DUST PALLIATIVE SUPPLY 2025 Contract Status CTB REVIEW Entity ID* @00001622 ❑ New Entity? Contract ID 9061 Contract Lead LMORALES Contract Lead Email Imorales@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* ENVIROTECH SERVICES TO SUPPLY FOR PICK UP OF UP TO 1,706,000 GALLONS OF LIQUID DUST PALLIATIVE (MAG) TO BULK TANKS AT OUR GREELEY AND KERSEY FACILITIES AND PROVIDING (1) 20,000 GALLON STORAGE TANK AT NEW RAYMER FOR USE PROVIDING DUST MITIGATION . Contract Description 2 Contract Type" CONTRACT Amount* $1,577,702.90 Renewable * YES Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date PUBLIC WORKS Date* 01 /30/2025 02/03/2025 Department Email CM- PublicWorks@weld.gov Department Head Email CM-PublicWorks- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA eater MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date" 12/12/2025 Renewal Date" 02/04/2026 Committed Delivery Date Expiration Date Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CONSENT 02/03/2025 Approval Process Department Head .CURTIS HALL DH Approved Date 02/03/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/05/2025 Finance Approver CONSENT Legal Counsel CONSENT Finance Approved Date Legal Counsel Approved Date 02/03/2025 02/03/2025 Tyler Ref # AG 020525 Originator LMORALES MEMORANDUM TO: Board of Commissioners DATE: January 8, 2025 FROM: Curtis Hall, Director of Public Works SUBJECT: Dust Palliative Supply Bid, B2500003 The Public Works Department recommends that the Board of County Commissioners award the bid for the 2025 Dust Palliative Supply Contract to the sole bidder, Envirotech Services. Envirotech Services has successfully held the Dust Palliative Supply Contract with Public Works for the past six years and their bid is within the budgeted amount. The estimated cost is $1,577,702.90. Should you have any questions, please contact me at extension 3721. M: mona/wordfi les/bids/mconcreteon 1y2024. docx I I ZZ 2025.-0(03 EG100 83 WELD COUNTY PURCHASING 1301 N. 17. Avenue, Greeley CO 80631 E -Mail: reverett@weld.gov E-mail: cgeisert@weld.gov E-mail: ttaylor@weld.gov Phone: (970) 400-4222, 4223 & 4454 DATE OF BID: JANUARY 6, 2025 REQUEST -FM -2026 DUST PALLIATIVE SUPPLY DEPARTMENT: PUBLIC WORKS DEPT BID NO: #B2500003 PRESENT DATE: 1/8/2025 APPROVAL DATE: 1/22/2025 (ONE YEAR CONTRACT IS RENEWABLE FOR UP TO (2) ADDITIONAL YEARS) VENDORS LIQUID DUST ESTIMATED PALLIATIVES GRAND TANK LOCATION QUANTITY PRICE/GALLON PRICE TOTAL STORAGE ENVIROTECH SERVICES Greeley 800,000/gal .094/gal $752,000.00 $1,577,702.90 910 54T" AVENUE-STE 230 Kersey 275,000/gal .094/gal $258,500.00 GREELEY CO 80634 New Raymer 205,535/gal .094/gal $193,202.90 Pickup 425,000/gal .88/gal $374,000.00 New Raymer One Tank N/B N/B PUBLIC WORKS WILL BE REVIEWING THE BID. N/B 2025-0103 Hello