Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20213264.tiff
C.urr*vack IbJ5fl PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND AMERICAN DEMOLITION INC. THIS AGREEMENT is made and entered into this 3 Iday of , 202,, by and between the Board of Weld County Commissioners, on behalf of the Faciliti s Department, hereinafter referred to as "County," and American Demolition Inc., hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2100143. 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. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. -I�Jexx9-�- 01/03/ZZ 4. Tenainatisa; Brach; Cure. County may terminatethis Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material broach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient, and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment, and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parities. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreerent shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. b. Compensstlou. Upon Contractor's successful completion of the Work, and Cnunty's a eptence of the same, County agrees to pay Contractor an amount not to exceed 4S3as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees 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 prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 3 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review, If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. 2 Workers' Compensation / Employer's Liability Inwance 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. 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 mes a: 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. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. b. Proofoflns. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to 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 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. d. No limitation of Liabiility. The insurance coverages specified in this Aunt 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 5 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. e. 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. 14. 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 arising 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 injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the 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. 15. 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. 16. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. 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 3 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. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project, All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice addresses) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Jake Olivas Position: Address: 401 N Kuner Rd. Address: Brighton. CO. 80601 E-mail: jake@adicolorado.com Phone: 303-210=4367 TO COUNTY: Name: Toby Taylor Position: Facilities Director Address: 1105 H dtreet Address: Greeley, CO. 80632 E-mail: gnyierWweldnu.cnm Phone: 970-400-2020 19. 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. 20. Non-Eacluslve Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. 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, 7 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. 22. 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. 23. Employee Financial Interest/Conflict of Interest— C.R.S. §24-18-2O1 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the servloc or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. Ifany 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. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities} rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. 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. 28. 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 designer. 29. 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. 8 30. Public Contracts for Services C.R.S. §8-17,5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this 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 or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not 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 subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §847.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract, If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. 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. 32. 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. WELD COLJNTY: G( ATTEST: ,(,sJ v• 04i Weld Cjxinyy Clerk to the Bold BY:L4 Deputy Clerk 10 Date S Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Sc tt K. James,Ch:A 03 2022 o?oa/- 3a 6V Exhibit: A REQUEST FOR PROPOSALS WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: OCTOBER 27, 2021 BID NUMBER: B2100143 DESCRIPTION: 1417O STREET DEMOLITION PROJECT DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: NOVEMBER 10, 2021 @ 1:30 PM BID OPENING DATE: NOVEMBER 19, 2021 @11:00 AM 1. NOTICE TO The Board of County Commissioners of Weld County, Colorado. by and througi its Controller (collectively referred to herein as, Weld County), wishes to purchase the following: 1417O STREET DEMOLITION PROJECT ht 4 V4!%f ft :WIjisI14tJi,:n k.&k..,4t,'itL!1431t411#b Bids will be received until: November 19.2021 at 11:00 AM (Weld County Purchssina Tlme Clock). The submitted bids will be read over a Microsoft Teams Conference Call on November j .2021 at 11:30_ AM. To Join, call the phone number and enter the Conference ID provided below: Phone Number: (720) 439-5261 Conference ID: 369971224 1. • . _ . • t�Y COY . • • • _ !�i Y • i 1 : ' • 1 S ! • - • = r = • • ; v = 1 M • e� • _ 1 • a 1"• C. t' e ► • _ .�, mss: _ • !1 iii •'1 IF You can find information concerning this request on the BidNet Direct website at httasJlww&bidneWILW.coi,J. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental envies. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. .. I 1. Emailed bids are required. Email bids to b ds gieldaov.com: however, if your bid exceeds 25MB please upload your bid to hUnaJiwwflidnetdIctLcorn. The maximum file size to upload to BidNet Direct Is 500 MB. PDF format Is required. Emalled bids must include the following statement on the email: III hereby waive my right to a sealed bit. An email confirmation will be sent when we receive your bid. Please call Purchasing at 970400.4223 or 4222 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: 1: t= is 1� • • { r t �t t' I - t • i '1 1$/: I = :.r •• • I t r{----1 a1-:.1 1i• I ti `r rl > :•- • - t I •_•• I - •.. "' • t 1 • r_. �1 S'- Y71 - '• • =• a I _4. L1. 1 I= • Y = t :- i t r r : 1 1 • .. i • '. f t 9 - _ t _ , • # - ; t _ • I = •' • r { E { • •• / • I _ 1 I - _ !: I: • M t • 1 t(.4 I 1 I - .i W ':: I • - t - r ILA k E: I • • i u N t = i t • I=_ I. • _• C! 1 t: - 1 1 1.• : I1 •: i ♦t - • : • f• •'. I •• I • • • • F : • ii • I _ t • : •• • : t ♦ 3 : is - • : : i • I = • : • t a :1* II ..: :•:-: ..s. I t . . 0* • :e v" • i.i C. '1' • I - : • i. f 1 • I r = • - r I__ ;..1:,=1 � •.1?- : = a •: 1 • [.13 _ ♦ fti# ;u -;t/ .` : t I •'... • - 2 • i t Y : / Y 1 _ f _ _ _ �= 1 i1 a v _ • I - : • #. 9 � F I+a • : r -- ! 1 i I• •I L 1 1 i. . I1 r f. e Y i. :-41 t t : t t / t I t 4: U • I - • 1 t 1 1 r " i 1 • • a* : - • t # • I p - : t : . r r.il I a i_ 1 = It ! • _ - - ] !C *J4= • rI J t # (iiit•{ii,rv 1:.•' .6741" I:• ''f { Ct 1 I-•• .:1 •i't ••• I : 1 = Hr I = • : •-: • I = t _ 1 • : Irv: r Yom._ Y ! • 1 • _ r -a =Y is W: I: •Lv 1 : C.# "9 "= t:- :t •: 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS: • •_ <' • • • = r is iri - • : • - ! r 1 �_ 1� r " ... r # • a.a I = I :..• a 1 r 1 i I �• I: f=- 1 1•: •.' 11• � r • 1 -.- .- .__-... ---i--.- Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-141 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data)_ If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an BID REQUEST #82100143 Page 3 + i - . • l' • IM .♦ : 1 • _ S i •. :.- • _ • : .. 1' � :- L a • - • : • F r 1: 1 I 1 Z 1 { : ♦ 1 .. k. : 1 • _ • _ : • • • - • : • v • $ • : • ♦ - Yw�rC ;� f 1 ♦ 1 4- = i.e ♦ L.• : II:: 1 ♦ ♦ V:- a • _ ] 1 `e' • I : •'v^+ '' • • 1 t { K;- f • _ Cti 1 : { : _ 4 i-•_ IL. _ • _ _ • _ - '.7t i : • r C C • ;i i 11 •: _ .t •.L. I t • _ ♦ :k 0 • • ; : 1 1 a rc - E. Compliance with Law: The successful bidder shall strictly comply with all applicable feral and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. I. 1 •. �.• 1 •4Lk!iWk41Li a enforc! ¶'gi ement♦ l - ♦ 1 N a i kT1JI!YI i i! ;i G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not Included In the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental banaficiary only. __ C] �!A-i1t;'(1 P r"1 •; 1 1 •1: z I a• :' K. Tenn: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. _ . _ .. - _4--..__.r _ r • iiM:T.r;LI i 4 / • ■ i '/ _ 1 Y • i • • I -''i 7'1 • 1 ! f !.' L. • : • 1 f - 4=' 1 • f'C • :'1 1 : r Mfg 7� iii: : - 1= I • -�: = r' ♦ • 1♦ II a ,'-A •rct 'tt.• 4 1' 1 r i4%*k. -'1w4' 1 • t : } it i r 1 • / • : 1 • -_.f 1 - - 7' f : • • 1 • • Y 1 - •_ _V'. '..I -♦E • [" fr'F•.. •_ .'r: 1 , i lti- - -f C.Y 1'f♦. -i. R - 1 �.'. r i!". �. +'. - t f! u • ! • - I - 1 I • 1 f i i Y.:: r' t r: :-/ - .;4 • .,i1 1r J =.•.. 1 • rr•,r f •: r' =.r t Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the succeful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond Its reasonable control, Including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Covemmental actions. R. Non -Exclusive Agreement: This Agreement Is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. BID REQUEST #B2100143 Page 5 ♦ • 4 • { r i :4 . .1 ..1 1 1 • • : • I i - r r ,,•t._. • : r r • : • - -1 - i f:- i - •r wr - r -•. P r 1 1 i 1 r C.• .- a . ; rz • I ter. r 1 r : - - r_'-. kr5t ,. • • i : • - 1 • - : i - ): • • : a _ FI 1 • i t -::f • • I • I - 1 : •.- • I - FG _-�.... a 1.1 : v : : • : V L 13 • ra• r • 1 1iv... • either/ - practice • F 1 .... i' successful a • 1 > • 1.: ' 1 1 f 1 r •. 1 1 • successful r i • : I K!l II• it •4L, r i • _ i ¶It ' I' - - r - i - 1 • r- • 1 r + :1 ♦' I U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. i 4 a • 11 l - r•r3 r ; r. i a<C r 1 - - -1. i s 1 •: r i ♦ I I - 1 _ _ Ji =: • t - • : lei i i • ♦ a c ♦ 'r a' 7 I • 1 v _ Ir 1 - - ♦ 1 • • 1 1 r 1 • 1 =.; • . • I • • • a. r ; 1 - • r a • • •1 i 1 • • Y B. INSURANCE REQUIREMENTS: I r, • : • i '. : .• i : . i i ... 1 , •, 3.c r t -z : 1 1:t1.:, 1:, r ii : • •1 = M: - : 1 I : 1: 1 : i' r7 :.♦ • • 1 I 3 17' • /' ] 4 1 _ • 1 r a •_-ii _ .. I. 1 •- • r•=-_:4 •: -•i isII-r1 - • 1:1 r'li-1 -'• -� 11 1. �: : • • i r I ' .1... [ J •: • • • Y a : • r r • • `4 { r •.` • rl 1 • ._. a.. I • • 1 1.�• The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Conrad Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain Insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurancethat it may deem necessalytocoverftscbll9atbn5 and liabilities under this Agreement, Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. I ii I� e 1 • C.. • 1 1 : .• r 1 •� M ♦ n r r r ! f es /. - _ •- C., 1 a s s 1 _ i i ♦ 1 : - C.- 1 ♦ i .: { . 1., ♦ a B • Y r1 ! n i.e :ti • K I - 1 I= ♦- _ F = a em u • 1 '. ! 1•: • '. 11;.,y:.. ♦J 1 ice . / I = - 1 w i a • i 1 : •IiiEt! ii1IiIti I:1Itiji- . ! ! I Workers' Compensation Insurance as required by state statute, and Employers Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment, Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily inj rry, property damage, and liability assumed under the contract. $11OOOj 00 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicim used in the performance of this Contract. BID REQUEST #82100143 Page 7 M�L 1 i 1 • •. ► _ 1 - I rt i I F{ f I: -I { :al - 4! 1 .Mil i 1 • I - Minimum Limits: $ 1,f00000,0�0}0 $ 2,000,000 IJ. •1 _ I. S4WMii! � ♦f9i f: 1 ( 1 I I — Y 1 / I — 1': — — ( 1 1 I — 1,. - t [ I-: 1 • _ • :ih_1_j1 1.J Additlonal Insureds: For general liability, excess/umbrella llability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional Insured. L a IL- 11__ a i.! _ : r ::. r tI r s es_ .1 - - - r • 1, : L 1 �F Sf 1 • F{ ] Li a h • 1 h •. . { 1 : ( 1_.; ` i a: • tfl. ` 1 :I1,r1 H.i _ a • _ s. • - d • 1 � a. ( I _ {: _ •�= 1.C i1 : / I ] - ♦ : a_ _ { v I - { i. is Y ( . .f1::if W tkv . ft •I1.i' 't HiU'it liii i 'it1P is.. 1 • I - - I I'C - ;] �. vlw 1 : 1= • Y - 1 _ _ - _ _ r.Y/ I s .,i - r: I r : { L! I :tTjt I!I J.!< :j jjZfi i1 I I'ckV!! ijCJ' h• • i ' IC1 - • - r: BID REQUEST #B2100143 Page 8 SCOPE OF WORK This bid Is for the demolition of the house and outbuilding located at 1417O Street, Greeley, CO 80631. This is a turn -key demolition project to remove the house, outbuilding, all foundations, concrete, trees and shrubs at this location. Demolition will include the following: 5. Removal of below -grade construction and utilities. Contractor Is responsible for Isolating the piping and electrical from street to the buildings. 6. Asbestos abatement is complete. 7. Fees for permits through Weld County will be waived. 8. Locate, Identify, disconnect and seallcap off utilities searing the buildings to be demolished, in accordance will local codes. 9. Removal of septic system is required. This includes complete removal of the septic tank and piping located on the site. Contractor is responsible for locating. Location is unknown. Inspection/certification for tank closure by Weld County Public Health Department Is required. 10. Storage or sale of removed items or materials on -site is not permitted. 11. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 12. All hazardous materials (to include refrigerant) must properly be removed, evacuated, and disposed of by contractor during demolition process. 13. Refrigerant shall be removed, stored and disposed of in accordance with regulations. 14. The remaining hoielholes In the site pad will sloped or infilled with site material to mitigate any falls hazards. 15. Conduct building demolition and debris removal operations to ensure minimum Interference with roads, streets, walkways, and adjacent occupied facilities. 16. Contractor Is expected to enter into a contract 17. Anticipated demolition start date is December 13, 2021 TOTAL $_ FINISH DATE BID REQUEST #82100143 — Page 9 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth In the request for proposal for Request No. #82100143. 2. The quotations set forth herein are ex+usive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (Including, but not limited to, product specifications and scope of serum), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to waft any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, Is to the bests interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID# SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID" WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03651-0000. YOU DO NO.NrED TO SEND IAC P GES 1 _ 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Controller BID REQUEST #82100143 Page 10 1417 O Street Demolition Project B-2100143 Q & A - Posted 11/17/21 3. Can the septic and possible well be demoed in place and buried? Answer: No, complete removal of septic tank & piping is required. 2. Assuming the power pole In the front of the property is to be removed, Is Weld County going to handle the disconnect? Answer: Power pole does not need to be removed. 3. When clearing the site there may be possible land disturbance outside the property lines, Is this acceptable? Answer: Yes 4. To confirm, once site Is cleared there Is no reseeding necessary? Answer: Correct, no re -seeding. Exhibit B SCOPE OF WOR This bid is for the demolition of the house and outbuilding located at 1417 0 Street, Greeley, CO 80631. This is a turn -key demolition project to remove the house, outbuilding, all foundations, concrete, trees and shrubs at this location. Demolition will include the following: 1. Demolition and removal of buildings, structures and foundations. 2. Removal of all trees and shrubbery. 3. Removal of all exterior concrete and items to create bare ground surface and sub -surface. 4. Demolition materials are to be removed from site and disposed of in accordance with applicable directives. 5. Removal of below -grade construction and utilities. Contractor is responsible for isolating the piping and electrical from street to the buildings. 6. Asbestos abatement is complete. 7. Fees for permits through Weld County will be waived. 8. Locate, identify, disconnect and seal/cap off utilities serving the buildings to be demolished, in accordance will local codes. 9. Removal of septic system is required. This includes complete removal of the septic tank and piping located on the site. Contractor Is responsible for locating. Location Is unknown. InspectionIcertification for tank closure by Weld County Public Health Department is required. 10. Storage or sale of removed items or materials on -site is not permitted. 11. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 12. All hazardous materials (to include refrigerant) must properly be removed, evacuated, and disposed of by contractor during demolition process. 13. Refrigerant shall be removed, stored and disposed of In accordance with regulations. 14. The remaining holelholes in the site pad will sloped or Infilled with site material to mitigate any falls hazards, 15. Conduct building demolition and debris removal operations to ensure minimum interference with roads, streets, walkways, and adjacent occupied facilities. 16. Contractor is expected to enter into a contract. 17. Anticipated demolition start date is December 13, 2021. *Gas Disconnect to be done by others if it exists TOTAL $45,500.00 'Finish Date TB❑ by Permit approval. 20 day Demolition Schedule once permits are approved FINISH DATE Jan 31, 2022 BID REQUEST #B2100143 Page 9 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #82100143. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld county reserves the right to reject any and all bids, to wait any informality In the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the beets Interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM American Demolition Inc BY Jacob Olivas (Please print) BUSINESS ADDRESS 401 N Kuner Rd. DATE 11/17/2021 CITY, STATE, ZIP CODE . ca eoea1 - TELEPHONE NO 303-210-4367 FAX 303-430-9547 TAX ID # 45-2520028 SIGNATURE 00~ E-MAIL Jake adicolorado.com '! ALL BIDDERS SHALL PROVIDE A W=9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY I3 EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. tOU DO NOT NEEI] TO SEND BACK PAGES 1 ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair - APPROVED AS TO SUBSTANCE: Controller BID REQUEST #82100143 Page 10 IR. Ootober2016) t Nome pis shown on yax Request for Taxpayer Identification Number and Certification P Go to www.ktgov/FannWD for Instructions and the Intent Information. on this Ikr9: do I Check sppropdato bon for federal lot clear8ostlon of the person whose nn to entered on Ire 1. Check only one of the fcIsWng seven bebrn. ❑ Inds iduslhole p ote late or ❑ C Corporation © 9 Corporation ❑ Psrtnenhip ❑ rruslhetae Ig ailtpisartembo LLC t' fl❑ Limited Ilablify company. Enter the lax clese&Ic.Gon P C corpotallm, 8=8 corporation. P-Partnanhlpl ► Nits: Check the appropriate box in the Inv above for the tax clasdlir.atlen of the aingia-niembe owner. Do not check LW d the LLC is ciauYRed ae a sktgis-member LLC that is dxrsgaded from (he owner ufass the owner of the LLC Is another LLD that I not disregarded from the owner for U.S. federal tax purpcees. Otherw(se, a sings• -member LLC tin Is disregarded from the owner should check the appropSis box for the in ciaselfictlon of Its owner Othef w keen idlonq t 3 Addms Diumbv. •treat. sera no. or suits no) Sc. kwructicn. Requretere mere 4C l N Kure S OW. stow or dApaods Enter yew TIN In the appropriate box. The TIN proelded not match the name given on fro t to avoid bsdwpwithhdgng. Far h dividuels, this Is go israfy your sodas seeurtly number WW4. Hcflrswr, fora resident alien, sole pro idstor, or disregarded willy, sss Urea Instructions Ibr Pad 1. lsesr. For other oaf fin, It Is yow employer fdsnlM aatlan numbw RIM. K you do not have s number, on Sw to piet a Give Form to the requester. Do not send to the IRS. 4 EnniUons(tSnucc4yarWyto corlstn errmRles, net Individuals; see I ubwatia'M an papa* Exempt peyw code pf e'yl Exunptlon from FATCA reporting Code 8f w _ plopr. anxrrnmiCSswwet.a rr!sl Under panellise of perjury, I certify that 1. The number shown on ml. farm Is my correct taxpayer kisndficellon number (or I am waiting fora number to be Issued to me); and 2.1 am not alit )set to backup %W*% dkig because: (a) I am exempt from backup wlthhodng1 or MI haw not been notified by the Inttemw Havana• Service ORB) that I am subject to backup withholding us a result of a failure to report all irlte mat or dkldsnds, or (a) the IRS ha■ notified me that I am no longer subject to backup wlthhoidinq; end 3. I am a U.S. dtlt:en or other U.S. person (defined below); and 4. The FATCA coda(s) entered on this form Qf any) Indicating that I am exempt from FATCA reporting I. correct Certification Inetnictlons. You must cram out Item 2 above If hen en by the Ifni met yaf we olaveidy sutfWKt to baStup wilhlwhlnp tea ae you have failed to report all tltentet and divide on 4efiitum. For real .4t nsecdoni. Item 2 doss weld apply. For mtsVape I tenet pelt, acquNWon or abandonment of secured property, rssfldtht, cantdti to an Individual roll •roam amsrglamort URAt and gerarally, msit other than (nmraet and dhrkiwider, you are rat sign the confim9c#, but you must provide your carract 71N. So the iratneotlans for Pan It Iehr, "'1i" Blgns4re of Here U.B. pelt ► Internal Revenue Code urlleea otherwise Fulws davalopmsrsts, For the latest irtformstion about de e1opmenis related to Form W-9 and Its kwtructions, such as legistadon enacted after they were published, go to www.ks.gov1FwmWQ. Purpose of Form An Individual or entity (Form W4 requester) who Ie required to file in lnfamtation return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SBPt tndtviduS taxpayer Idendfleallort number (mN), adoption Isxpsyer Mollification number (AT111), or employer Identfceticn number LEVI). to report an an ktarmallon ntum the amount paid to you, or other anqut raportthle on an Intorrnadon return. Enerrrples of Information returns Include, but we not limited to, the fallowing. • Form 11199-INT (Interest awned or paid) Dais ► • Form 1099-DIV (dividends, funds) ■ Form 1099-MISC (varkxts types of income, prizes, awards, or gross proceeds) • Form 11798-8 (stock or mutual fund sales and cewtein other transaction by brokers) • Form 1009-8 (proceeds from real estate tranntlfans) • Form 1099-K (merchant card and third party network transaction) • Form 1098 (home mortgage Interest), 1008-E (student loan lntereat), 1098-T (iuitlon) • Form 1099-C (canceled debt) • Form 1099-A (ecquisitlon or abandonment of secured property) Use Form W-9 only it yea area U.& parson Pneludln9 a moldnrd alien), to provide your correct TIN. It you do not return Farrar W4 to the measlier with a TIM, you might be aal*t.-t to bscht p w400dk t See What Is bsdtup withholding, Infer. those from stocks or mutual Caw. No. 102317[ Farm • gaay.10.2016) PINNIACCL ASSURANCE American Demolition Inc C/O Partners PEO LLC 6099 S. Quebec Street, Suite 200 Centennial, CO 80111 ENDORSEMENT: Waiver Of Subrogation 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com NCCI #: WC000313 Policy #: 4151114 Orcutt Insurance Group, LLC 8361 Sangre de Cristo Rd., Ste 200 Littleton, CO 80127 (303) 233-2828 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE Weld County, Colorado 1150 O St Greeley, CO 80631-9596 Effective Date: December 16, 2021 Pinnacol Assurance has issued this endorsement December 16, 2021 7501 E. Lowry Blvd Denver, CO 80230-7005 Page 1 of 3 P glenn©partnerspeo.com - 12/1612021 10:53:46 4151114 59072426 UW137 CERTIFICATE OF LIABILITY INSURANCE °A1211 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER. lithe Is an If SUBROGATION IS WAIVED, subject to the terns and conditions of the this certificat, does not confer r1uht5 to the certificate holder In lieu of six INSURED American Demolition Inc CEO Partners PEO LLC 6099 S. Quebec Street, Suits 200 Centennial, CO 80111 CERTIFICATE NUMBER: must have ADDITIONAL INURED provisions or be endorsed. certain policies may require an endorsement A statement on NSURER(aIAA?FORDINO COVERAGE NAIL a Plnnacol Assurance 41190 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTYNTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WIICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOYNV MAY HAVE BEEN REDUCED BY PAID CLAIMS. SISR TYPE OF INSURANCE iFF POUCY !XP LII1Ele COISMERCIAL GENERAL LIASLITY EACH OCCURRENCE lI OLABAS•MADE 11 OCCUR PREIA _ a Occurs $ MED EXP (My one enon) li PERSONAL & ADY INAJRY $ GEM. AGGREGATE UMrr APPLIES PEIt GENERAL AGGREGAT€ $ POLICY LOC PRODUCTS-COIe Ads 0 O'TH I AU1OMDBLE LIABLJTY $ ANY AUTO DODILY KJUF Y (Per person) $ OWED SCHEDULED AUTOS ONLY AUTO& BODILY IHAIRY (Pussse s nil I PR f 'E S HIRED flrLv AIJT� AI USEIRELJALJAB OCCUR EACH OCCURRENCE 0 EXCESS LIAR CLAIMS -MADE AGGREGATE f DED RyET TI : VMXMM CO PENSATION AND EMPLOYERS LIARILRY A ,[20R X.LIJDED7 Lrfl E 11� OFPICERI (MendM@ryr In NMI NIA 4151114 o4P0112021 04X)1!2022 Y X AT s E.L. EACH ACCIDENT 81,000, 000 EL_ DISEASE- EA EMPLOYEE 61%00()9000 9ad@saIS under RIPTION OF OPEJWTI EL. DISEASE. POUGYLIMIT i 1,000,000 DESCRIPTION CF OPER+LTIONB I LOCATIONS I VbICLES (ACORD 101. Adissonel Ram@rh@ Sci@dule, u ay be Maths S elw@ @page Y ro"Ied) Unless othenslee stated in the policy provisions, coverage In Colorado only. CERTIFICATE HOLDER CANCELLATION 2219147 Weld County, Colorado SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1150 O St THE EXPIRATION DATE THEREOF, NOTICE WLL BE DELIVERED IN Greeley, CO 80831-95'98 ACCORDANCE )NTH THE POLICY PROVISIONS. AUTHORIZW N UE5ISYTATIYE Orcutt Insurance Group, LLC 01988-2015 ACORD CORPORATION. AN rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD ACORDs provided by Forms Boss. www.FomaBoss.com; (c) Impressive Publishing 800-208-1977 CERTIFICATE HOLDER COPY Weld County, Colorado 1150O St Greeley, CO 80631-9596 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT (CONT) CERTIFICATE OF LIABILITY INSURANCE 1 _iiiL"':.!i1'•*ears71 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA71OM ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PROfUCER, AND THE CERTIFICATE HOLDER. I NPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(Ioo) must hove ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms end conditions of the policy, certain policies may require an endorsement. A sta smont on this certificate does not confer rights to the certificate holder in lieu of such ondomsmen s PRODUCER flhala.a tewnnna INSURED Riverbend Insurance 50 South Steele Street, Suite 504 Denver, CO 80209 American Demolition Inc 401 N Kuner Rd Brighton, CO 80601-2841 COVERAGES CERTIFICATE NUMBER: 00002136-266667 REVISION NUMBER: 14 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CWM$. NdR TYPE OF NSUNANCE POLICY NUMNER f UMRS A X COMMERCIAL GENERAL UTA§WrY CLAIMS -MADE ® OCCUR Y Y AR01 RS210350900 1111912021 111191+2022 EACH oCCURRENCE $ 1,000.000 $ 100000 MED EXP(Aone $ 5 OOO PERSONAL & ADV INJURY $ 11000000 hENLAGGREGATELINITAPPUESPER: POLICY j T II LOC GENERAL AGGREGATE $ 2 OOO 000 PRODUCTS-CONPIOPAGG $ 2 OOO 000 Deductible $ 5000 HER: B Au,000■LEI.IM1TM 03126474.0 01/0612021 0110912022 I $ 2 ANY AUTO BODILY INJURY (Per peon) $ OWNER SCHEDULED AUTOS ONLY X AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY BODILY INJURY Per mddMll} I $ PROPERTY DAMAGE I C X UMaREU A LIAe X OCCUR 01001703550 11/1912021 11/1912022 EACH OCCURRENCE $ 5000 OOO AGGREGATE EIN:E_ __ CLAIMS -MADE $ 5 000 000 DED RETENTION $ IWIPTION - 1__- BISCOwENS11TION AMID EeLOYERS' LYI■LRY Y I N ANY PRCPRIETORIPARTNERIflECIITIVE ® OFFICER,MENHER EXCLUDEDv IMteNMWy In NNi NIA Al E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ mom" under OF OPERATIONS below E.L. DISEASE - POUCY LIMIT I OESCRp11ON OF OPERATIONS I LOCATIONS I VEHICLES (ACORD I51, Adddlonel RunaS Sorwdule, nmyr be eWdad ■ more epecm Y nqilnd) Weld County, Colorado Is Additional Insured and a waiver of subrogation applies in their favor CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County, Colorado THE EXPIRATION DATE T EREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O street Greeley, CO 80631 AUThIflDFflESfl1TA1 PE ______________________________ Ohibltb. duuw (CNN) m 1986.2016 ACORD CORPORATION. All rights reserved. ACORD 26 (2018103) The ACORD name and logo are registered marks of ACORD Printed by CMH on 1211612021 at 10:43AM New Contract Request Entity Information Entity Namer AMERICAN DEMOLITION INC Contract Name * 1417O STREET DOMOLITION Contract Status CTB REViEW Entity ID* O0037194 ❑ New Entity? Contract ID 5471 Contract Lead* SC EESAMAN Contract Lead Email sgeesarnancoweId.co.us Contract Description DEMOLITION OF HOUSE AND OUT BUILDING LOCATED AT 1417 O STREET, Contract Description 2 Contract Type Department CONTRACT BUILDINGS AND GROUNDS Amount * Department Email $45,500.00 CM- BuildingCroundsa eldgov.c Renewable * om NO Department Head Email Automatic Renewal CM-BuildingCrounds- DeptHeadv reIdgovF.corya Grant County Attorney GENERAL COUNTY ICA ATTORNEY EMAIL County Attorney Email CI- COUNTYATTORNEr'`�ELDC OV.COM if this is a renewal enter previous Contract ID If this is part afaMSA enter MSA Contract Ii) Parent Contract ID Requires Board Approval YES Department Project # Requested 8OCC Agenda Due Date Date* 122512021 1212912021 Will a work session with BO0CC be required?* HAD Does Contract require Purchasing Dept. to be included? YES Bids # B2100143 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 Review Date * Renewal Date 03/31/2022 Termination Notice Period emitted Delivery Date Expiration Date' 03' 31 2022 Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 12:272021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01:03:2022 Originator SGEESAMAN Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approved Date 12,29,2021 Finance Approver CHRIS D`OVID1O Finance Approved Date 12 29'2021 Tyler Ref # AG 010322 Legal Counsel BOB CHOATE Legal Counsel Approved Date 12 292021 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 November 30, 2021 To: Board of County Commissioners From: Toby Taylor Subject: 1417 O Street Demolition Project; B2100143 As advertised this bid is for the turn -key demolition of the house, outbuilding, trees/shrubs, and subsurface foundations located at 1417 O Street, Greeley, CO. The low bid was provided by Hudspeth & Associates. However, Hudspeth & Associates identified several exclusions and contingencies (Attachment 1) that were not included in the total price for the project. These unspecified costs to cover their identified exclusions & contingencies do not meet the required specifications for a turn -key project with a total bid price. The second low bid was provided by Alpine Demolition. Alpine Demolition also listed several exclusions and contingencies (Attachment 1) which may require unspecified costs above their submitted bid total. These unspecified costs for exclusions & contingencies do not meet the required specifications for a turn -key project. The third low bidder for this project is American Demolition Inc. American Demolition meets all the required specifications for this turn -key demolition project. Therefore, the Facilities Department is recommending the award to American Demolition, Inc. for this project in the amount of $45,500.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ZOZI — 37Jc4 37243 Attachment 1 Vendor HUDSPETH & ASSOCIATES ALPINE DEMOLITION AMERICAN DEMOLITION BLUE TREE RESOURCES DURAN EXCAVATING MOUNTAIN CONSTRUCTORS CPC CONSTRUCTORS late Bid Exclusion List 1. Traffic Control 2. Additional Mobilization Base.Bid Septic Cost. Adjusted (Additional Fee) Total $28,524 $31,900 $45,500 $49,500 $60,000 $144,340 $67,000 3. Site Security 4. Temporary sanitation facility 5. Storm Water Control 6. Removal of underground tanks utilities or grease traps 7. Tire removal or disposal 8. Water access for demo operations 9. Power provided by others 10. working in wet or frozen ground $3,097 $0 $0 $0 $0 $0 $0 $31,621 $31,900 $45,500 $49,500 $60,000 $144,340 $67,000 Exclusions Contingencies 1,2,8,9 2,3 1,2,3,4,5,6,7 1, N/A N/A 2,10 N/A N/A N/A N/A N/A N/A N/A Contingency List 1. Additional Pricing for erosion control 2. Items in bid subject to escalation based on timeline 3. Unspecified charges for stoppage or work delay WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(aD-weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(a�weldgov.com Phone: (970) 400-4223, 4222 or 4216 DATE OF BID: NOVEMBER 19, 2021 REQUEST FOR: 1417O STREET DEMOLITION PROJECT DEPARTMENT: FACILITIES BID NO: B2100143 PRESENT DATE: NOVEMBER 24, 2021 APPROVAL DATE: DECEMBER 8, 2021 FINISH VENDOR TOTAL DATE HUDSPETH & ASSOCIATES $28,524.00 12/17/21 4775 S SANTA FE CIRCLE ENGLEWOOD, CO 80110 ALPINE DEMOLITION, INC $31,900.00 Not provided 5790 W 56TH AVE, STE C ARVADA, CO 80002 AMERICAN DEMOLITION INC $45,500.00* 01/31/22** 401 N KUNER RD BRIGHTON, CO 80601 BLUE TREE RESOURCES $49,500.00 12/30/21 4415 PAGE PLACE LOVELAND, CO 80537 DURAN EXCAVATING, INC $60,000.00 12/30/21 14332 CR 64 GREELEY, CO 80631 MOUNTAIN CONSTRUCTORS, INC $144,340.00 12/31/21 622 MAIN ST/PO BOX 405 PLATTEVILLE, CO 80651 *GAS DISCONNECT TO BE DONE BY OTHERS IF EXISTS. **FINISH DATE TBD BY PERMIT APPROVAL. 20 DAY DEMOLITION SCHEDULE ONCE PERMITS ARE APPROVED. LATE BID CPC CONSTRUCTORS, INC $67,000.00 12/31/21 2085 DRIVER LN ERIE, CO 80516 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2021-3264 1t/Z4 & OUZ3
Hello