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
20220009.tiff
CovrI VaC+1`D455Z7 PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND KUBAT EQUIPMENT & SERVICE THIS AGREEMENT is made and entered into this jay of Ii_ , 202a by and between the Board of Weld County Commissioners, on behalf of the Facilittie4Department, hereinafter referred to as "County," and Kubat Equipment & Service, 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. 82100154. 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 Fx.hibits. 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. CnO1 c 7j-/lZ zo2Z- c�oo�i 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. 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 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 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. 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 Agreement 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. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $55,133.63 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 2 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. 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. 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 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 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 forproperty 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. Proof of Insurance. 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 olLiability. 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. 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 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 address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Chris Park Position: Vehicle Wash Specialist Address: 1070 S. Galapago Street Address: Denver. CO 80223-2804 E-mail: cpark ,kubateguip.com Phone: 303-777-2044 TO COUNTY: Name: Toby Taylor Position: Director Address: 1105 H Street Address: Greeley, CO 80632 E-mail: tta for weldgov.com 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 -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. 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, 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. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 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. 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. 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 designee. 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. 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. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the farms 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 COUj(� ATEST• J�� TG Weld C6unity Clerk to the Bo II BY: Deputy Clerk to I0 f Date of Signature BO OF COUNTY COMMISSIONERS WE COUN ,COLORADO a ott K. James, Chair FEB1 „ 2022 !_ Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: DECEMBER 9, 2021 BID NUMBER: B2100154 DESCRIPTION: WASH BAY ADDITIONAL EQUIPMENT DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: DECEMBER 16, 2021 BID OPENING DATE: DECEMBER 29, 2021 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: WASH BAY ADDITIONAL EQUIPMENT A mandatory pre -bid conference will be held on December 16, 2021 at 9:00 AM at 1399-B N 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received for the above stated merchandise, equipment, and/or services up to, but not later than: December 29, 2021 at 11:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on December 29, 2021 at 11:30 AM. 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 Administration Building, St. Wain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 996326035 2. INVITATION TO BID: Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay, if awarded the bid. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. 1. Email. Emailed bids are required. Bids may be emailed to bids(&weldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet is 500 MB. 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 we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. 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 independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations, established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. H. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. I. 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. J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. BID REQUEST #B2100154 Page 2 K. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. 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. N. 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. O. 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. P. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507: The signatories to this Agreement agree that, to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest, direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services, and the successful bidder shall not employ any person having such known interests. Q. 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. R. 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. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. 4ft?+ik£flLt`.%!ti �-. 41yLM14 mlrgi.LIFT YaiY6. .YV ".Jryy /AA. �l =3'�w �* A :A$� .4 3 v I� • '•-• iii 1N'ii' 2' l�k➢ilJ.1 K A YJ 4 " a� zW�3B� S yY YJ ok yxA✓� nuxli . U „ , ■ I WELD COUNTY VEHICLE WASH BAY ADDITIONAL WASH EQUIPMENT Weld County Government is soliciting proposals to add additional self -serve wash equipment in the truck bay at the new Weld County Wash Bay located at 1399-B N 17th Ave., Greeley, CO 80631. PROJECT SCOPE This is a turn -key, design -build project consisting of adding additional equipment to the self -serve truck wash bay. The added equipment must ensure compatibility and retain operability of the existing system. The new self -serve truck wash bay has is currently equipped with one (1) wand and one (1) foam brush. The purpose of this bid is fora wash equipment provider to design and install the needed equipment to provide a total of three (3) brushes and seven (7) wands for the self -serve truck wash bay. The following is a list of minimum items for the contractor to provide: • Wash Bay contractor shall design and install all equipment to ensure no capabilities are lost (e.g., water pressure, water volume, etc.). • Contractor shall provide & install six (6) more Hannay 100' hose reels (location shown in Attachment A). These hose reels will be integrated into wash system and allow for connection of either brush or wand functions. • Contractor shall provide & install wall booms that are integrated into the wash system. The locations of the booms will be as annotated on Attachment A. In addition, booms shall be connected to wall (or other mechanism) at a level 7 -feet above mezzanine walkway to allow operator to spray vehicles from mezzanine level. • Contractor shall provide & install a total of seven (7) wands and three (3) foam brushes. Four (4) wands will be connected to the wall booms at the mezzanine level. The other three (3) wands and three (3) brushes will be connected to the hose reels in the locations identified in Attachment A. • Contractor may provide and install more bay timer boxes or switch box that would allow switching between low pressure soap, rinse, hp soap, hp rinse, spot free rinse. Or may elect to use one timer box for each "side" of each bay. The operational environment shall allow one "side" of the wash bay to operate at a time. • Contractor's design may need to utilize additional pump stations. • Contractor shall provide & install stainless steel piping from equipment room to the additional wash bay reels and booms. • Contractor is responsible for all electrical, plumbing and controls required for this job. • Contractor is responsible for all permits associated with this job. Any fees for permits through Weld County will be waived. • Payment (100% of contract price) and Performance (100% of contract price) bonds required upon bid award if bid exceeds $50,000.00. • No bid Bond required. NOTE: Winning contractor will be expected to enter a standard Weld County contract for this project. A sample is available by contacting the Weld County Purchasing Department. BID REQUEST #B2100154 Page 4 WELD COUNTY VEHICLE WASH BAY ADDITIONAL WASH EQUIPMENT - CONTINUED PROJECT SCHEDULE The following is a listing of forecasted dates for this project: Date of this Bid Bid Advertised on BidNet Direct Mandatory Pre -Bid Conference Bids Are Due Contract Award Contract Execution PRICING December 9, 2021 December 9, 2021 December 16, 2021 December 29, 2021 January 17, 2022 January 31, 2022 Provide lump sum pricing for this project: LUMP SUM PRICE FOR WORK $ BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 AM on December 29, 2021: 1. Page 4 of the Bid Specifications 2. Completed page 5 of the Bid Specifications 3. Completed page 7 of the Bid Specifications 4. Current W-9 5. Any future Addenda must be completed Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. II II II �I cII Q0 Op ?C O C4S w '3 4 sa = 4 O O n n It i$ m s m o m N � fjI I 4, a (Jjj Xmt cem m i b rw '22 Nd M. F.. ).t 1 k I I +/• 1 1.• --t4. v.vc,_ 2 of e' R yt rp msni-e.s..ss- aann®e.ana..r.,—,n.m,.....n. n.n...es nom. �.—��n __ __ _.._..:tom. _•g 1 j r Y �Cje$in tt 1 1 H1;'31 -..� _f re t5' I -,MTH MCN tff76s I Fin& N 3"xf/4 (8-]QZ3 9yE>I 1 `i� 6xL31EW RaA 'G �E ' 1 � II tI S a W r}}IYC7Ey tiwz Ij s I Ilt x Ili III x o 18 I tq• Yk1[ry1E % +b' cerp ♦i DRAIN .il i TO THE 9 uTh - - fl . r�TH MrsGsh 4"<': 4 GSM -3-3C0 SERIES �� . `J Y � t III I I __� !EMt.1 TEh&' rD ___ ____ p —'--- AIR >Uf=l'I AF .s lf-7Lr • BID REQUEST #B2100154 Page 6 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2100154. 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 the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TI SIGNATURE E-MAIL FAX DATE TAX ID # **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** 9U!.••• : _ _ ... .. !Jr 'i i:' .1*1. I I II 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: Elected Official or Department Head Controller $ii. )1% Y v_+ n ₹.ry.. .. �. a a �—. t Ya Y� till n e vf.• u .. .... •.. l ry ..?F•'d. Exhibit B WELD COUNTY VEHICLE WASH BAY ADDITIONAL WASH EQUIPMENT Weld County Government is soliciting proposals to add additional self -serve wash equipment in the truck bay at the new Weld County Wash Bay located at 1399-B N 17th Ave., Greeley, CO 80631. PROJECT SCOPE This is a turn -key, design -build project consisting of adding additional equipment to the self -serve truck wash bay. The added equipment must ensure compatibility and retain operability of the existing system. The new self -serve truck wash bay has is currently equipped with one (1) wand and one (1) foam brush. The purpose of this bid is for a wash equipment provider to design and install the needed equipment to provide a total of three (3) brushes and seven (7) wands for the self -serve truck wash bay. The following is a list of minimum items for the contractor to provide: • Wash Bay contractor shall design and install all equipment to ensure no capabilities are lost (e.g., water pressure, water volume, etc.). o Contractor shall provide & install six (6) more Hannay 100' hose reels (location shown in Attachment A). These hose reels will be integrated into wash system and allow for connection of either brush or wand functions. o Contractor shall provide & install wall booms that are integrated into the wash system. The locations of the booms will be as annotated on Attachment A, In addition, booms shall be connected to wall (or other mechanism) at a level 7 -feet above mezzanine walkway to allow operator to spray vehicles from mezzanine level. • Contractor shall provide & install a total of seven (7) wands and three (3) foam brushes. Four (4) wands will be connected to the wall booms at the mezzanine level. The other three (3) wands and three (3) brushes will be connected to the hose reels in the locations identified in Attachment A. o Contractor may provide and install more bay timer boxes or switch box that would allow switching between low pressure soap, rinse, hp soap, hp rinse, spot free rinse. Or may elect to use one timer box for each "side" of each bay. The operational environment shall allow one "side" of the wash bay to operate at a time. ® Contractor's design may need to utilize additional pump stations. • Contractor shall provide & install stainless steel piping from equipment room to the additional wash bay reels and booms. • Contractor is responsible for all electrical, plumbing and controls required for this job. 0 Contractor is responsible for all permits associated with this job. Any fees for permits through Weld County will be waived. 0 Payment (100% of contract price) and Performance (100% of contract price) bonds required upon bid award if bid exceeds $50,000.00. 0 No bid Bond required. NOTE: Winning contractor will be expected to enter a standard Weld County contract for this project. A sample is available by contacting the Weld County Purchasing Department. WELD COUNTY VEHICLE WASH BAY ADDITIONAL WASH EQUIPMENT - CONTINUED PROJECT SCHEDULE The following is a listing of forecasted dates for this project: Date of this Bid December 9, 2021 Bid Advertised on BidNet Direct Mandatory Pre -Bid Conference Bids Are Due Contract Award Contract Execution PRICING December 9, 2021 December 16, 2021 December 29, 2021 January 17, 2022 January 31, 2022 Provide lump sum pricing for this project: LUMP SUM PRICE FOR WORK $ _S$/33.G3 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 11 O AM on December 29, 2021: 1. Page 4 of the Bid Specifications 2. Completed page 5 of the Bid Specifications 3. Completed page 7 of the Bid Specifications 4. Current W-9 5. Any future Addenda must be completed Failure to include any of the above items upon submittal of your bid may result in your bid being Incomplete and your bid being rejected. Attachment A 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. #B2100154. 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 the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept thebid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM «c,M! iQ u/?/s//L/ r S/n t/l BUSINESS ADDRESS 70 CITY, STATE, ZIP CODE 40A51Vt/,_, A 0144 sr TELEPHONE NOJ03-777-02-0 yY FAX 303-777 23J. `7' TAX ID # ?y- 03 95379 PRINTED NAME AND TITLE SIGNATURE /Ca 14//15 S4YCJAWIJ E-MAIL Gf A2,� (� /Ku,�RT E Ui/' C OM DATE /.� ?/4 I v " **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 #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -3. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller :. - ,M lit 7 tUBAQUIPMESERVICE CO 1070 S. Ooiapego St. Denver, CO 80223 Fox 303-777-2324 Complcre.Saler, Service & /nsralladoor II.. Project Quote Quote Nbr.: PO000527 Quote Date: 12/27/2021 Sales Person: CHRISTOPHER PARK Reference: SS Truck Wash Upgrades Customer: WELD COUNTY GARAGE TRUCK CENTER Quo�edsr� : ,F. ? , . ProJactQyoted: WELD COUNTY GARAGE TRUCK CENTER Primary Location 1415 1st Ave WELD COUNTY GARAGE TRUCK CENTER GREELEY, CO 80631-5935 TRUCK CENTER 1616 2nd Ave GREELEY, CO, 80631-5980 Due to current material pricing, freight pricing and market volatility, this quotation Is valid for 10 days and pricing is subject to change thereafter. In addition, any additional (or change in) surcharge(s) on equipment and/or freight costs will be itemized and added to the Invoice. Kubat Equipment & Service Co Is pleased to present the following quote for the Installation of six more reels, three foam brushes, seven wends for total of eight wands and four foam brushes into truck self -serve bay. Existing equipment that will remain and continue to be used: 1) Water softener 2) Air compressor 3) Chemicals 4) Bay lights 5) Automatic Car Wash 6) Existing garage door, track, hinges and rollers 7) All other equipment In equipment room and car wash not covered in scope of work Scope of Work: 1) Isolate water to car self -serve bay 2) Lock Out Tag Out electrical to truck self -serve bay 3) Instal 6 more Hannay 100' hose reels (2 reels on same side site already has reels, then opposite side match 2 and 2 reels) 4) Install wall boom center between center of bay to entrance, then second wall boom center between center of bay and exit. Opposite wall match and install two well booms 5) Install 8 wands and 4 foam brushes 6) Mount one bay timer 7) Install now single pump station into equipment room 6) Run stainless steel piping from equipment room to truck bay reels and booms 9) Test for lightness 10) Run wash cycles to ensure working property 11) Open wash to employees Quote includes all labor for demo and installation. Terms: 25% of project total due at time of order. Balance (minus installation fee) due 48 hours prior to unit shipping from manufacturer. Final balance due, net 30 from date of startup. Exclusions: Any end all permits, engineered drawings. use -tax fees or electrical labor or electrical material. Any and all material or freight surcharges that may be added to manufacturer invoice. NO. ITEM DESCRIPTION OTY. UOM PRICE AMOUNT 1 HANNAY HOSE REEL#1 N-700 Spring Reel N718 -25.26-15.5G SR HSM 90° Full Flow 6.00 EA 614.04 3,684.24 SU Swl JT 1/2" FNPT Schad 80 Riser, Paint Graphite HANNAY HOSE REEL #2 3/8" X 100' Flextral Projet 4200 Hose with MNPT Swl Fittings on 6.00 EA 159.60 957.60 both ends installed on above reel Continued... Page 1 of 4 tBAQUIPMESERVICE CO" 1070 S. Galapago St. Denver, CO 10223 Fax 303-777-2324 Complere Sales, Service & Inriallalion 'I.. Quoted To WELD COUNTY GARAGE TRUCK CENTER 14151st Ave GREELEY, CO 80631-5935 Project Quote Quote Nbr.: PQ000S27 Quote Date: 12127/2021 Sales Person: CHRISTOPHER PARK Reference: SS Truck Wash Upgrades Customer. WELD COUNTY GARAGE TRUCK CENTER JP q! ' Primary Location WELD COUNTY GARAGE TRUCK CENTER TRUCK CENTER 1616 2nd Ave GREELEY, CO, 80631-5980 NO, ITEM DESCRIPTION QTY. UOM PRICE 3 HANNAY HOSE REEL #3 HS -35 Single Hose Stop Installed 6.00 !J0. 18.20 4 SURCHARGE 1 Hannay Manufacturers Surcharge on above three items 1.00 EA 576.78 5 INBOUND FREIGHT - Inbound Freight 1.00 EA 1,062.50 HANNAY 6 SELF -SERVE OPTION #2 V15423612011NNN1 Versa System I Bay 6HP 208v 3ph 1.00 Ultimate w2140 Pump HP Tanks w Weep 7 7711000 Timer GS415 24V Non -Accumulating 1.00 8 40753000 PayPort Hull 1.00 9 NCD9ICNXNNCG Door Panel - Custom Door Panel, Custom Graphic, Rotary 9 1.00 Function 10 33261400 Solenoid Manifold Assy (4 Bay) 4.00 11 SELF -SERVE OPTION #3 Bay Package Ref 1BNWGWHN 180 Boom Assembly, with Gun 4.00 (non -weeping) 12 SELF -SERVE OPTION #4 NWGWHN Bay Package 180 Boom Gun and Hose assy (non- 4.00 weeping) 13 SELF -SERVE OPTION #1 Bay Package Ref FBFGJHN Foam Brunt & Hose Assembly, 3.00 Foam Generator 3/8" Tube, J -Hook (2 pack) 14 SELF -SERVE OPTION #5 4040100 J Hook Pack (2 pack) 6.00 15 SELF -SERVE OPTION #6 18912FT Cable 19 cond 17-18awg, 2-16awg per foot 100.00 16 INBOUND FREIGHT- Inbound Freight 1.00 GINSAN AMOUNT 97.20 576.78 1,062.50 EA 9,950.00 9,950.00 EA 174.15 174.15 EA 247.20 247.20 EA 796.75 796.75 EA 374.75 1,499.00 EA 1,052.63 4,210.52 EA 579.30 2,317.20 EA 484.50 1,453.50 EA 72.59 EA 5.27 LA 1,131.25 435.54 527.00 1,131.25 Continued... Page 2 of 4 'MCU in EgU1 ANo aC 1070 S. Gdapaso Fox 303Comptetr Sale; S TIDptrr quojed.To: WELD COUNTY GARAGE TRUCK CENTER 1415 1at Ave GREELEY, CO 80631-5935 Project Quote Quote Nbr.: P0000527 Quote Data: 12/2712021 Sales Person: CHRISTOPHER PARK Reference: 88 Truck Wash Upgrades Customer. WELD COUNTY GARAGE TRUCK CENTER Prejact 0uot�' Primary Location WELD COUNTY GARAGE TRUCK CENTER TRUCK CENTER 1616 2nd Ave GREELEY, CO, 80631-5980 NO. ITEM DESCRIPTION QTY, UOM PRICE AMOUNT 17 314" X 61/2' concrete wedge anchor 28.00 EA 4.28 119.84 18 MISC INSTALL MATERIAL Miscellaneous Install materials 1.00 EA 187.00 187.00 19 1012PG GALV.STRUT GALVANIZED UNISTRUT CHANNEL 20,00 EA 8.49 169.80 20 SELF -SERVE OPTION #5 318OD Cush Clamps 70.00 EA 7.27 508.90 21 CAR WASH OPTION #2 SSBDUSS 318 Tube X 318 Union 40.00 EA 13.39 535.80 22 SELF -SERVE OPTION #6 .37SSTube36 318.036 31655 SMLS Tubing A-269 740.00 EA 5.11 3,781.40 23 CAR WASH OPTION #1 SS-SDELU-6SS 318 Tubs X 3/8 Tube Elbow 22.00 EA 29.63 649.66 24 100-702 318' BALL VALVE T-10ON (JOMAR) 10.00 EA 10.85 106.50 25 K1070E Shop Supplies 1.00 EA 5.00 5.00 26 PROJ ELEC LABOR Electrical Labor - Projects 1.00 EA 3,887.60 3,887.50 27 PROJ ELEC MATERIAL Project Electrical Material 1.00 EA 4,372.50 4,372.50 28 NTI Non -Taxable Install Assembly 1.00 EA 11,909.50 11,909.60 ***Please see attached terms and conditions which are a part of this quote.*** Quote Total 66,133.83 Tax Total 0.00 Customer Signature: Total 55,133.63 Printed Name: Continued... Page 3 of 4 Fan W-9 (Rev. October 2018) ire RK-1 e S Mce Kubat Request for Taxpayer Identification Number and Certification ► Go to www.ks.gov on your Income tax return) .Name Is req rent & Service Co., Inc Itsregarded entity name, If different from for Instructions and the latest information. '! i[ir1.ZL FC :7 Give Form to the requester. Do not send to the IRS. 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions {codes apply only to following seven boxes, certain entitles, not indNlduals: see Instructions on page 3): ❑ IndividuaVsole proprietor or ❑ C Corporation ® S Corporation 0 Partnership 0 Trust/estate single -member LLC Exempt payee code (if arty) 5 ❑ Limned Hablily company. Enter the tax classification (C=C oorporation, S -S corporation, P -Partnership) ► Note•. Check the appropriate box In the the above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC If the LLC is classified ae a sirgie•member LW that is disregarded from the owner unless the owner of the LLC is another LLC that Is not ceregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that code r)f arty) is tfieregerded from the owner should check the appropriate box tar the tax classification of its owner. I_I f4ppr•• to =ame mw sk,w wd• e•U.SJ 5 Address (number. sheet, and apt. or suite no.) See Instructions. Requester's name and address (optional) 1070 S. Galapago St Weld County, Colorado 0 City, state, arxd 21P code 1150 O Street Denver, CO 80223-2804 Greeley, CO 80631 7 List account numbers) here (ootionall Enter your TIN In the appropriate box. The TiN provided must match the name given on line Ito avoid backup withholding. For individuals, this Is generally your social security number (SSN). However, fore resident alien, sole proprietor, or disregarded entity, see the Instructions for Part I. later. For other entities, It is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. Note: If the account Is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. or -I 0 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer Identification number (or tam wafting for a number to be issued to me); and 2. tam not subject to backup withholding because: (a) lam exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all Interest or dhddenxds, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3.1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt. contributions to an individual retirement arrangement �R, and generally. payments other than Interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for part II, later. D9n I Signature of Richard Lorenz Digitally signed by Richard Lorenz Here u.s. person ► Date: 2021.12.27 17:10:30 -0700' Dab, 12/27/2021 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and Its Instructions, such as legislation enacted after they were published, go to www.Irs.gov/ForrnW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to fife an Information return with the IRS must obtain your correct taxpayer Identification number (TIN) which may be your social security number (SSN), Individual taxpayer identification number d u N), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an Information return. Examples of Information returns Include, but are not limited to. the following. • Form 1099-INT (Interest earned or paid) • Form 1 099-DIV (dividends. Including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. H you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding, See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) ACORN® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 11/29/2021 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. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Brooke Adams NAME: Moody Insurance Agency, Inc. a/c No Eat: (303) 824-6600 ac No: (303) 370-0118 8055 East Tufts Avenue E-MAIL ADDRESS: certrequest@moodyins.com INSURER(S) AFFORDING COVERAGE NAIC # Suite 1000 Denver CO 80237 INSURER A: Homeland Ins Co of NY 34452 INSURED INSURER B: Selective Insurance Co of Southeast 39926 Kubat Equipment & Service Company, Inc. INSURER C: Pinnacol Assurance 41190 INSURER D: 1070 S Galapago St INSURER E: Denver CO 80223-2804 INSURER F: COVERAGES CERTIFICATE NUMBER: 21-22 Master 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. 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 CLAIMS. IN R LTR TYPE OF INSURANCE.OIL INSD .0BL WVD POLICY NUMBER POLICY EFF MM/DD POLICY EXP (MMIDDIYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 150,000 MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 A Y 7930040310006 12/01/2021 12/01/2022 GEN'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY PRO ECT ❑ LOC J PRODUCTS-COMP/OPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accdent $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO B OWNED SCHEDULED AUTOS ONLY I I AUTOS S2324482 12/01/2021 12/01/2022 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per acddent) $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A X EXCESS LIAB CLAIMS -MADE 7930040320006 12/01/2021 12/01/2022 AGGREGATE $ 5,00,000 DED XI RETENTION $ 0 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N/A 4119184 12/01/2021 12/01/2022 XH STATUTE ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ Pollution Limit 1,000,000 A Pollution Liability Professional Liability 7930040310006 12/01/2021 12/01/2022 Professiona Limit 1,000,000 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS! LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County, Colorado ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O Street AUTHORIZED REPRESENTATIVE Greeley CO 80631 4ocrJ1 Y \JA$Jcuc\&_ 4 t1\cv © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: '4� RIJ ADDITIONAL REMARKS SCHEDULE Page of AGENCY Moody Insurance Agency, Inc. NAMED INSURED Kubat Equipment & Service Company, Inc. POLICY NUMBER CARRIER NAIL CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes CONTRACTUAL LIABILITY APPLIES PER POLICY TERMS AND CONDITIONS General Liability: OBENV GE 301 0211 Form Attached Includes: Blanket Additional Insured for ongoing operations status applies only to the extent provided in form OBENV GE 301 0211 when required by written contract. OBENV GE 304 0211 Form Attached Includes: Blanket Additional Insured for Completed Operations status applies only to the extent provided in form OBENV GE 304 0211 when required by written OBENV GE 320 0411 Form Attached Includes: Blanket Waiver of Subrogation applies only to the extent provided in form OBENV GE 320 0411 when required by written contract. OBENV GE 319 0211 Form Attached Includes: Primary and Non -Contributory status only to the extent provided in form OBENV GE 319 0211 when required by written contract. OBENV GL 324 0713 Form Attached Includes: Designated Project General Aggregate applies only to the extent provided in form OBENV GL 324 0713 when required by written contract Auto Liability: CA7816 1117 Form Attached Includes: Blanket Additional Insured status applies only to the extent provided in form CA7816 1117 when required by written contract. Blanket Waiver of Subrogation applies only to the extent provided in form CA7816 1117 when required by written contract. Blanket Primary and Noncontributory applies only to the extent provided in form CA7816 1117 when required by written contract Excess Liability: Excess Liability policy is on a follow form basis for the following underlying insurance coverages: General Liability, Pollution Liability, Professional Liability, Automobile Liability, and Employers Liability. Additional insured status will follow when required by written contract. VXS 300 0411 Form Attached Includes: It Waiver of Subrogation applies only to the extent provided in form OBENVXS 300 0411 when required by written contract VXS 301 0411 Form Attached Includes: y and Non -Contributory status only to the extent provided in form OBENVXS 201 0411 when required by written contract. is Compensation: From Attached Includes Blanket Waiver of Subrogation. Status applies when required by written contract J / Rented Coverage - $50,000 ive Insurance Company — Policy Number S232448200 ve 12/01/2021 - 12/01/2022 rtion Floater - Limit at Single Location: $300,000 ive Insurance Company - Policy Number S232448200 ve 12/01/2021 - 12/01/2022 Cyber Liability - Limit: $1,000,000 Ace American Insurance Co — Policy Number D95705157 Effective 12/01/2021 - 12/01/2022 IMPORTANT: The policy forms referenced will be sent via email only. To obtain copies, please send your request with the email address to certrequest@moodyins.com. © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD New Contract Request Entity Information Entity Name* Entity ID * KIJBAT EQUIPMENT AND SERVICE CO 9000331$5 INC Contract Name* WASH BAY ADDITIONAL WASH EQUIPMENT Contract Status CTB REVIEW Contract Description * ADDITIONAL WASH EQUIPMENT FOR TRUCK WASH Contract Description 2 ❑ New Entity? Contract ID 5527 Contract Lead SGEESAMAN Contract Lead Email sgeesamanc co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND GROUNDS Date* 01 "222022 01 262022 Amount* Department Email $55,133.63 CM- Will a work session with BOCC be required?* BuildingGroundsfweidgov.c NO Renewable on NO Does Contract require Purchasing Dept. to be included? Department Head Email YES Automatic Renewal CM-BuildingGrounds- DeptHeadweldgov.corn Rid/RIP #* Grant 62100154 County Attorney GENERAL COUNTY ICA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY/WELDG OV.COM if this is a renewal enter previous Contract ID if this is part of a MSA enter MSA Contract ID 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 Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TORY TAYLOR DH Approved Date 0210712022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 02/142022 Originator SGEESAMAM Review Date 05 02 r' 2022 Committed Delivery Date Renewal Date Expiration Date* 05:022022 Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approved Date 02:082022 Finance Approver CHRIS D'OVIDiO Finance Approved Date 0207/2022 Tyler Ref # AG 021422 Legal Counsel CAITLIN PERRY Legal Counsel Approved Date 02`0812022 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 January 4, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Wash Bay Additional Equipment Bid (B2100154) As advertised this bid is for additional wash equipment (brushes and wands) for the wash bay. The low bid is from Kubat Equipment & Service Company and meets specifications. Therefore, the Facilities Department is recommending the award to Ku bat Equipment & Service Company in the amount of $55,133.63 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director WELD COUNTY PURCHASING 1150O Street, Room #107, Greeley, CO 80631 E -Mail: cmoetersO)weldgov.com E-mail: reverett(cDweldaov.com E-mail: rtur1(weldoov.com Phone: (970) 400-4223, 4222 or 4216 DATE OF BID: DECEMBER 29, 2021 REQUEST FOR: WASH BAY ADDITIONAL EQUIPMENT DEPARTMENT. FACILITIES BID NO: B2100154 PRESENT DATE: JANUARY 3, 2022 APPROVAL DATE: JANUARY 17, 2022 LUMP SUM VENDOR TOTAL KUBAT EQUIPMENT & SERVICE CO. $55,133.63 1070 S GALAPAGO ST DENVER, CO 80223-2804 THE FACILITIES DEPARTMENT IS REVIEWING THE BID. 2022-0009 o1 Io 3 / zZ 6 G 00 zq
Hello