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
20202478.tiff
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ACTERRA GROUP INC. MEAD GRADER SHED FUEL STORAGE & DELIVERY SYSTEM THIS AGREEMENT is made and entered into this' day of 5ep+embe,r , 20X2, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Acterra Group, Inc. whose address is 7100 Broadway, Suite 6 -RS Denver, CO 80221, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000153". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement beginupon the date of the execution of this Agreement 66: C677° i7.23, 0-11-184,0 9'9�--1a $6.ocz by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $115,492.68, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Acterra Group, Inc. Attn.: Tad Christopher Cooper, President Address: 7100 Broadway, Suite 6 -RS Address: Denver, CO 80221 E-mail: john.kindred@acterragroup.net Telephone: (303) 629-6881 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state 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 By: Nan4F'" Tad Christopher C Title: president & COO lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN TNESS W EREOF, the parties hereto have signed this Agreement this 2020. CONTRACTOR: Acterra Grou Inc. ira Date August 31, 2020 day of WELD COUNT: ATTEST:%T. +4/k Weld +ou tv lerk to the B ►ard BY: Deputy Cle f to the Bo BOARD OF COUNTY COMMISSION WELD COUNTY, COLORADO Mike Freeman, Chair SEP 0 9 O24%2O - 8 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 Exhibit A DATE: JULY 9, 2020 BID NUMBER: B2000153 DESCRIPTION: MEAD GRADER SHED FUEL STORAGE & DELIVERY SYSTEM DEPARTMENT: BUILDINGS & GROUNDS PRE -BID MEETING: JULY 20, 2020 BID OPENING: AUGUST 3, 2020 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: MEAD GRADER SHED FUEL STORAGE & DELIVERY SYSTEM A mandatory pre -bid conference, will be held on July 20, 2020 at 10:30 AM at 5698 WCR 34, Mead, CO. We will be adhering to current state social distancing guidelines. Bids will be received for the above stated service up to, but not later than: August 3, 2020 at 10:00 AM Meld County Purchasing Time Clock). **PLEASE NOTE: Due to the recent events surrounding the Coronavirus (COVID-19) pandemic, some county employees are teleworking; therefore, the bid o enin will be held via a Sk a Conference Call. See page 9 for conference call information.** PAGES 1 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR. THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find 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. 5j(D etIygetto eld Qon nty: 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids@weidgov.com; however, 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 970400- 4222 or 4223 with any questions, 38 I STRUCT1NS TO ERS: INTRODUCTORY INFO ` IViA CO ids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish tho full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the n ame of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signture. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfact.rjy evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. AM corrections or erasures shall be initialed by the person signing tie bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to u se the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the hid arrives in the Weld county Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also u nderstood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any official of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the r';equest for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of :he bid by Weld County, and sign;ture 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. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALDENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform BID REQUEST #B2000153 Page 2 work under this Agreement or enter into a contract with a subcontractor that fails to certixy with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. if Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontracts and County within three (3) days tha: Successful bidder has actual knowledge that a subcontractor is empOoying or contracting with an illegal alien and shall terminate the subcontract if a subcontractor d,.es not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not �erminatc the cntract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illrgal alien. Successful bidder sha I comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Cloradc Department .f 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 wrk 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 fir such employees. Successful bidder shall d&iver 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 pro <<ision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be iable 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 ttighteen (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 G.R.S. § 24-76.5-` 03 prior to the effective date of the contract. 5. GENERAL PR\MS!' NS 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 dyes not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other ConfidenU Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. Of necessary, confidential information f 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 th;t 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, ,,nd confidential commercial, financial, geological, or geophysical data). If Weld County receives a C RA request for bid information marked "COFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CRA, and disclose those p•rtions stiff 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 she aid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public c cument regardless of whether it is marked as confidential. BID REQUEST #B2000153 Page 3 C. Governmental Immunity: No term or condition of th- 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. Q. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to dso by Weld County. E. Compliance vAth ,aw: 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, .nd all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Feesit gall Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Diolsadvantaged zusiness Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. BID REQUEST # B2000153 Page 4 M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontracts rs: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services tbe performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. J. Warranty: The successful bidder warrants _hat services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. idder 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. or=Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. BID REQUEST #62000153 Page 5 Ft onExch shte Agreement: This green ent is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar mature. S. Employee Financial InterestConffoct of Interest ® CR.& H24-18-201 et seq. and C2450-607. 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 alas no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shell not engage in any �cusiness or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the null performance of its obligations under this Agreement. allure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Sc verabaiity: If any term or condition of this Agreement shall be held to oe invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. [Baud of County Commissiriers of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Am •:unt: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amunt of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. I _ ach policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company small send written notice to the Weld County Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior if any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder. Successful bidder shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of th - deductible or self -insured retention to guarantee payment of claims. BID REQUEST# 82000153 Page 6 The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder 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 successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof It is agreed that the successful bidder 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 successful bidder 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 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts. Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of theft employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AN -1D when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,0007000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder 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. BID REQUEST #B2000153 Page 7 Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2000153 Page 8 MEAD GRADER SHED FUEL STORAGE & DELIVERY SYSTEM This is a request for bid to provide and install a turn -key fuel storage & delivery system to be located at the Mead Grader Shed Complex located at 5698 WCR 34 Mead, CO. SCOPE OF WORK 1. Contractor shall supply a fireguard UL2085 above ground 10,000 -gallon double wall split tank (8,000/2,000), and install the tank and all necessary equipment, to include, (tank sump, pumps, overfill valves, anti -siphon valves, spill container, tank probe, etc.) to ensure effective fuel storage and delivery. 2. Contractor shall install electrical on tank only. 3. Contractor shall deliver the tank to the site and set in place. 4. Contractor shall program dispenser & card reader (management system). The programming must be compatible with the current Weld County system which is GasBoy's Fleet Head Office v6.4.413. The remote sites such as this Mead Site are currently at version 6.4.413.20. 5. Contractor shall purge product lines & dispenser. 6. Contractor is responsible for obtaining all permits. Fees for permits obtained through Weld County will be waived. All other permit fees shall be included in bid. 7. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 8. All work is to be completed in a professional workmanship manner. 9. Davis -Bacon and Buy American requirements are NOT required. 10. Bids over $50,000 will require a payment and performance bond. 11. Provide a total cost of turn -key fuel storage & delivery system and installation. PROJECT SCHEDULE. The following is a listing of dates for this project: Date of this Bid Advertisement Date Pre -bid Conference Bids Are Due Contract Award Contract Execution Delivery & Installation PRICING July 9, 2020 July 9, 2020 July 20, 2020 August 3, 2020 August 19, 2020 August 31, 2020 October 12, 2020 FUEL SYSTEM & INSTALLATION TOTAL $ START DATE FINISH DATE A mandatory re4d conference will be held on July 20, 2020 at 10:30 AM at 5698 WCR 34 Mead, CO. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than August 3, 2020 at 10:00 AM (Weld County Purchasing Time Clock). "*BID OPENING WELL BE HELD VM A &WIPE CONFERENCE CALL** To join call: 1 (720) 439-5261 and enter Conference ID: 324316452 1) No hard copies of bids will be accepted. 2) PDF format is required. 3) Email bids to bids@weldqoy.con. Ifyour bid exceeds 25MB please upload your bid to https://www.bicatetdirect.com/. BID REQUEST #B2000153 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. #B2000153. 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 formai acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **ALL BIDDERS SHALL PROVIDE A VV -9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLO NUMBER IS #98-03551-0000. DO SALES TAXES. THE CERTIFICATE OF EXEMPTION YOU DO NOT NEED TO SEND BACK PAGES 1 — 8a ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000153 Page 10 MEAD GRADER SHED FUEL STORAGE & DELIVERY SYSTEM #B2000153 Q & A ® Posted 08/03/2020 1. Who is responsible to provide electrical conduit from the Grader Shed building to the fuel pad? Answer: The fuel storage contractor to include in bid. 2. How many conduits are going to be brought to the pad? Answer: The conduits required are the number to create a functional system. Plus, one %-inch conduit spare for future use. It is anticipated there would be conduits for power to the equipment (size must meet electrical code for equipment being installed) and separate %-inch conduit for data. The fuel storage contractor will make that determination. 3 Who is responsible to run the wiring in the conduit? Answer: The fuel storage contractor to include in bid. 4, How long is the run going to be? Answer: Approximately 100-150 ft 5. Where is the main electrical panel going to be in reference to the tank pad? Answer: In the Grader Shed north of the fuel pad. 6 Is the dispenser provided? If not is there a spec for what is desired by the customer? Shelf mount or free standing? Answer: Contractor is to provide two dispensers for product. One for the diesel side (8,000 gallon) of the tank and one for the unleaded side (2,000 gallon) of the tank. The dispenser shall be an analog or equivalent. 7. Is the card reader going to be provided? Spec? On a pedestal or incorporated in the dispenser? Answer: Contractor is to provide one card reader which can activate either the Diesel or Jnleadeci cispensers/pumps. 8. How is the communication for the card reader going to be established, wireless, hard wire? Answer: Contractor is to provide a data conduit to the fuel island so card reader can be hardwired back to a CPU located in the building. The CPU will then connect to the internet to communicate back to the County's main data center which houses the Fleet Head Office soi ';ware. 9. Will separate conduits be supplied for communication wires? Answer: Yes, fuel storage contractor must provide a separate %-inch conduit. 10. Who is responsible to run the communication wires? Answer: Fuel Tank Contractor 1 11. What kind of tank monitoring system, Veeder Root? Answer: Static system with manual gauges for volume. 12. What all do you want the system to monitor? Answer: Volume, interstitial leak detection 13. Is the Oct 12 Install date flexible? Tank manufacturing is 12-14 weeks from time drawings are approved. Answer: The date is flexible, 14. Are you guys going to install and wire e -stop or do we need to include that in the bid? Answer: Fuel storage contractor to include in bid. 15. Will Conduits for the e -stop wiring going be provided ? Answer: Fuel storage contractor to include in bid. 16. Where will the estop be located? Must be at least 20ft but not more that 100Ft from tank. Answer: On the Grader Shed north of the fuel pad. 1/. How long are the conduits that go out to the tank location? Specifically, we need the distance from the electrical panel to the tank and the length of any communication conduits. Answer: Approximately 100-150 ft. 18. Is the County interested in a single hose or dual hose dispenser? Answer: Dual Hose. 19. Do you want a high -volume diesel dispenser? Answer: No. 20. Do we provide the FMU or is that being purchased separately by the County? Answer: Yes, provide fuel metering unit. 21. What type of isolation valves are needed? Answer: One manually actuated ball -valve between tank and dispenser. 22. What type of hardware on the tank and card reader are we matching? Answer: See below for a compilation of pictures below: 2 A B C D E F G 1 Z 3 H I J K L M N 4 S 6 O P Q R S T U 7 8 9 v w x v Oa]0 3 • 4 em.• la r tow Nut a� '�ntirr. ea . •.�� �a�raa�ry #,; Sinikrinii ••••=06 '.4 ti......rx. . S.}„ ro 'ate. y after yaa. ♦ -.. ftip — a S 6 •,a ?R . 7. w e !yj - �t y VyI� �*4' er --1Atlnis wd .abfo`'ce% itshies Sti-i! l� •,�, .yam P.Y4 - - „show .-`♦ e •* Zit Zw - •lia• •y r .. '\r' �_ DIY �. �' �� •t 1 • . ter• it tit �+ 4.�����. nit"V.• •••.•I ri`• ♦ 'a y aim �~ la - ..1I thy. -• i.. •b ! w •a• tea++` `O+�op.-, �• `•. • ` • -. ' y v. �• �. _ .1 - • '':, ; L r 4 - e4. tea••- �:' t- C.�y ♦., • w w. •2 V s y • 4, • • ` •t� •# •�_—timaio ♦tan • w • i i • 4 1 4 N vt- • QGASBOY Opak Systems Ltd- • Orpak Pitt 8C0950000 Ole PRIME Island Fuel Controller input povsier Rating we - 24QVAC, 50ef.,jft, max2A Wimmincxn Ambw nt 12atinga - 4(PC I Ta ..t36 -r, sp - sat output - For us*With thstxmetlrlg device') containing the tOttowtr utter least • fRata s 3m1114)CA, 15VAC a,c • Putact nct+rrrr '}4oji 12VDC. 2OmA mtK 1n -Use Inpu Segnai 100 -240VAC, 50/00tiz. 0 Q2A Rum,o CQtal1DI Rears'Actt)f mcantum ige.24e.inc a MA a,s for 'wavy ccioneca n► tarn twos tu4 %e to as ream WC 'lb to. use vwth feCtumenertl * .Gifted tn the Mineinst1Ort irk CAtJTI This r'oa'rcl Rar: marfi truer, en* NU „an us e 4 wi N. Catnip heal MO. 4uc srair,G1 SR Contvet so. tr'Mra+ gins nM +t- rCC tit Q-, it betas MrS/�tar 4) ► rid es ilmsS.•rt - a..a Se••••-• •.•i C,) nr �ww:•+eira sMOO all►Mil -+may fraktrtust rer vont, corineetan sn Ms Nta rttt Ci FCC t ie Mtitl�i>I rrno .*t too ►trl tart, Y t raw 4 ! ra�'lisrw t 162201120 Deb t ryln: Ot l2+tlt ft ISLANDER PRIME PIN PA042500000 FC((0359 • • • 4 • r • �„""'� ea; • • Exhibit B MEAD GRADER SHED FUEL STORAGE & DELIVERY SYSTEM This is a request for bid to provide and install a turn -key fuel storage & delivery system to be located at the Mead Grader Shed Complex located at 5698 WCR 34 Mead, CO. SCOPE OF WORK 1. Contractor shall supply a fireguard UL2085 above ground 10,000 -gallon double wall split tank (8,000/2,000), and install the tank and all necessary equipment, to include, (tank sump, pumps, overfill valves, anti -siphon valves, spill container, tank probe, etc.) to ensure effective fuel storage and delivery. 2. Contractor shall install electrical on tank only. 3. Contractor shall deliver the tank to the site and set in place. 4. Contractor shall program dispenser & card reader (management system). The programming must be compatible with the current Weld County system which is GasBoy's Fleet Head Office v6.4.413. The remote sites such as this Mead Site are currently at version 6.4.413.20. 5. Contractor shall purge product lines & dispenser. 6. Contractor is responsible for obtaining all permits. Fees for permits obtained through Weld County will be waived. All other permit fees shall be included in bid. 7. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 8. All work is to be completed in a professional workmanship manner. 9. Davis -Bacon and Buy American requirements are NOT required. 10. Bids over $50,000 will require a payment and performance bond. 11. Provide a total cost of turn -key fuel storage & delivery system and installation. PROJECT SCHEDULE The following is a listing of dates for this project: Date of this Bid Advertisement Date Pre -bid Conference Bids Are Due Contract Award Contract Execution Delivery & Installation PRICING July 9, 2020 July 9, 2020 July 20, 2020 August 3, 2020 August 19, 2020 August 31, 2020 October 12, 2020 FUEL SYSTEM & INSTALLATION TOTAL $ I I S °I),„ 68 - START DATE FINISH DATE A mandatory pre -bid conference will be held on July 20, 2020 at 10:30 AM at 5698 WCR 34 Mead, CO. We wilt be adhering to current state social distancing guidelines. Bids will be received up to, but not later than August 3, 2020 at 10:00 AM (Weld County Purchasing Time Clock). **BID OPENING WILL BE HELD VIA A SKYPE CONFERENCE CALL" To Join call: 1 (720) 439-5261 and enter Conference ID: 324316452 1) No hard copies of bids will be accepted. 2) PDF format is required. 3) Email bids to bids(a)weidoov.com . If your bid exceeds 25MB please upload your bid to httos://www.bidnetdirect.com/. BID REQUEST #82000153 Page 9 The undersigned, by his or her signature, hereby acknowledges and represents that: FIRM 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2000153. 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 format acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Acterra Group, Inc. BUSINESS 7100 Broadway, Suite 6 -RS ADDRESS CITY, STATE, ZIP CODE Denver, CO 80221 TELEPHONE NO 303-629-6881 FAX TAX ID # 42-0937212 PRINTED NAME AND TI r Tad y Sto+her + + , President SIGNATURE E-MAIL john.ki •re+ %)acterragroup.net DATE August 10, 2020 **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 .:8. ATTEST: Weld C BY: Clerk to the Boar uty Clerk BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair SEP 0 9 BID REQUEST #B2000153 Page 10 0.20 02.0 -021.71/ a cTe r ra G P O U P.com REFERENCE NO: QTE-45700-Q1F0 PO Box 160 Marion, IA 52302-0160 t. 319.377.6357 f. 319.377.0075 john.kindred@acterragroup.net www.acterragroup.com Bill To Weld County 1150 O St Greeley Co 80631 Ship To Grader Shed Complex 5698 WCR 34 Mead CO Attention: Sterling Geesaman Date August 10, 2020 Customer ID Terms 25% Down / Net 10 Days Phone 970-400-2029 Quoted By John Kindred Email sgeesaman@weldgov.com Fax . - Salesperson ID John Kindred In response to your request we are pleased to quote as follows: SCOPE: Build and install ( 1 ) 10000 gallon split tank 8k - 2k . Tank will have all required tank top equipment and will be wired to a central location ELECTRICAL SCOPE: Tank top equipment will be wired to a central location. Conduits will be ran from the corner of the grader shed building. 1 BHT620210 2 BHT920100 2 1310 2 1310 1 1310 1 BHT926100 96" x 324" Acterra MFG Acterra MFG Acterra MFG Acterra MFG SPILL BOX6 Acterra Group 10,000 Fireguard UL 2085 - Cylindrical, 96", SPW, T:2,2,2,4,8 Pump Shelf - 12" x 21" x 1/4" Painted Pipelines - Product Line 2" Painted Pipelines - Fill Line 3" Vacuum on Tank Interstitial for Shipping Remote Spill Box W/ (2) Flanged Hole For 2" Pipes TANKACCESSORIES 1 MOR960640 1 1310 2 1310 3 MOR960360 3 MOR960370 3 MOR960380 2 MOR300010 2 KRV510020 2 1310 4 MAY180190 4 MAY180070 2 MAY 180150 2 MAY 180160 4 MAY 182000 4 MAY182010 2 MAY182020 2 MAY182030 4 MAY182040 1 HWK990070 1 HWK990080 749-0100AV 354---0200 AV 2109228 244OF-0100AV 244F -01102G 244F-0107AN 918-0400AG K-2-96 9095AA9200AVEVR D -14-17-R D -14-1-R D -14-10-R D -14-3-R TP-HAZ 15-D D-TP6#1 D-TP6#2 D-TP6#3 D-TP6#0 SEA4LL FT101 Pressure/Vacuum Vent 2" 8 Oz. Morrison 2" Updraft Vent 2" X 4' Vent Riser 8", 8 Oz Flanged Emergency Vent Gasket For 8" Flanged Vent 8" Flange Nut & Bolt Kit Clock Gauge W/Alarm 2" Interstitial Liquid Level Gauge 96" Morrison 2" Pressure Fill Overfill Prevention Valve, Less Adaptor, Garb Evr Approved 4" X 14" Flammable Decal 4" X 14" No Smoking Decal 4" X 14" Diesel Decal (Red) 4" X 14" Unleaded Decal 15" X 15" Hazard Decal 6" #1 Decal For Hazard (Nfpa) Triangle 6" #2 Decal For Hazard (Nfpa) Triangle 6" #3 Decal For Hazard (Nfpa) Triangle 6" #0 Decal For Hazard (Nfpa) Triangle Fire Extinguisher B:C 20# WNehicle Bracket Fire Extinguisher Cabinet; Red Plastic Surface Mount For 20# Fire Extinguisher CQMMERCrAL ©ISPENSERS Page 01 Petroleum Equipment I Tank Iblanuiacturing 'Electrical Services I Government Services 800.269.7.371 Oly 2 1310 NX25-120NB-AC Fill -Rite 120V Pump; Npt; Bung;Auto Nz;Hbse;900Cdp 2 FIL712100 KIT700AS Anti -Syphon Kit For 700/300 Series Pumps 0l8PENSER'ACCESSORIES . • _ Pan!!) :M Perc0'.: 1 OPW541150 2 HUS900080 2 HUS730040 2 RIC730050 118-0400 0087 2276 66H-1300 gELMANAGEMENTaYSTEM �Y. 11B New Nozzle With Black Cover Swivel 1" X 1" Breakaway 1" Hose, 1" Spacer 1310 FL-4MHOIP-00 Islander Prime 4 Hose 1310 Z-FL0-PBS100 Islander Prime Standard Pedestal Base 1310 Z-FL0-MCR007 Islander Prime Insert Mag Card Reader 1310 DF0404D-A Gasboy Islander Prime Software Support 1 Year rPIPE.ACCESSORtESi tv - -. � Pan'o_ - 2 1310 910---1100 AV Morrison 1.5" Anti -Siphon Valve 5-10 Ft 2 MOR940040 691B -07001V 1.5" Ball Valve, Locking, Full Port 2 MOR940050 691B -08001V 2" Locking Ball Valve, Full Port 2 MOR940270 246A-0200AV Swing Check Valve 2" 2 MOR940280 346DI-0400AV 1.5" External Emerg Valve Duct. Iron CTERRAkLABOR - - oos&ttisOW • Labor to air test tanks Labor to set tanks Labor to install overfill valve Labor to pipe primary piping Labor to install vent Labor to pipe fill lines Labor to pipe vent lines Labor to install liquid level gauges Labor to install overfill valve Labor to install drop tube Labor to test primary piping Labor to test fill piping Labor to install dispenser accessories Labor to install software Labor to start-up dispensers Labor to start-up and test system Labor to train customer Page tt2 Electrical Acterra Tank Delivery Fill -Rite Pump Freight -In Permit (Local) Permit (State) Project completion report & as -built drawings Product disposal EPA Documentation Fee Petroleum Euuiernent I Tank Manufacturing i Electrical Services I Government Services 800.2 .9.7371 PROJECTCOSTSUMMARY, s Q,TE45700;Q1F0 TANK(S) 41,248.51 TANK ACCESSORIES 4,526.81 DEF TANK & ACCESSORIES RETAIL DISPENSERS COMMERCIAL DISPENSERS 3,276.39 DISPENSER ACCESSORIES 444.31 FUEL MANAGEMENT SYSTEM 12,335.72 INTERCOM SYSTEM - TANK MONITOR SUBMERSIBLE PUMPS ISLAND FORMS CANOPY & LIGHTING PIPE ACCESSORIES 1,361.13 Equipment Total 63,192.87 Installation Total 46,871.81 Freight Total 5,428.00 Applicable Taxes PROJECT TOTAL $ 115,492.68 Plus Applicable Taxes Page #3 Petroleum Equipment I Tank Manufacturing I Electrical Services I Government Services 800.289.7371 Form W-9 (Rev. October 2018) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.irs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. 1 Name (as shown on your Income tax return). Name is-required'on this line; do not leave.this line blank.. ACTERRA GROUP, INC. 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. ❑ Individual/sole proprietor or ❑ C Corporation 2 S Corporation ❑ Partnership ❑ Trust/estate single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation. S=S corporation, P=Partnership) ► Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. ❑ Other (sae Instructions):► 5 Address (number; street, and apt. or suite no.) Seelnstructions. 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) 5 Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside se U.S., PO BOX 160 6 City, state, and ZIP code MARION, IA 52302-0160 7 List account number(s) here (optional) Requester's name and address (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a 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. I Social security number or Employer Identification number 4 2 0 9 3 7 2 1 2 Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am 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 dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I 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 (IRA), 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. Sign Here OlaiWly rand by Mary am Beadle Signature of D"`"=""'9elheaame.wMerteGroup.Yx.. ou=Orece. enaibmbbuac=eragmap corn, c=Ua Mary Beth Beadle US. Person ► Date. 2019.08., 7 11:01:31 -0510' Date ► 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/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file 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 (ITIN), 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 1099-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. If 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) ADDENDUM#1 BID REQUEST NO. B2000153 B2000153 — Mead Grader Shed Fuel Storage & Delivery System Buildings & Grounds Dept. On page 9, add the following: 12. See Attachment A for a listing of required GasBoy support equipment to create a fully functional system. Addendum received by: July 27, 2020 ***We need signed copy on file. Thank You!*** Veit ( y\ V� (Q (60 ti -4S ADDRESS 42,vvueir s_o_m_ CITY AND STATE JC BY EMAIL cJ ADDENDUM#2 BID REQUEST NO. B2000153 B2000153 — Mead Grader Shed Fuel Storage & Delivery System Buildings & Grounds Dept. Due to research needed to answer questions, the bid submission date will be extended to August 10, 2020. Therefore, amend the following on page 1: Bids will be received for the above stated service up to, but not later than: August 10, 2020 at 10:00 AM (Weld County Purchasing Time Clock). Skype conference call phone number and conference ID to remain the same. ***We need signed copy on file. Thank You!*** Addendum received by: AcAcieriv f a FIRM 7600 `b‘e A -ii .4t- W#S ADDRESS cQL( CO %OaaA CITY AND STATE saw\, BY EMAIL July 29, 2020 aC-t`rtnrov.Q . ��� AvCORQ® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 8/31/2020 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 LMC Insurance & Risk Management, Inc. 4200 University Ave., Suite 200 West Des Moines IA 50266-5945 CONTACT Elisabeth Jackson PHONE FAX (NC. No. Eat): 515-453-9397 i (A/c, No): 515-244-9535 ADDRESS: elisabeth.jackson@lmcins.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Colony Insurance Company 39993 INSURED ACTEGRO-01 Acterra Group, Inc. PO Box 160 Marion IA 52302 INSURER B : Employers Mutual Casualty Company 21415 INSURER C: Accident Fund General Insurance Company 12304 INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 115590612 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. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY NUMBER POLICY EFF (MM/DD(YYYYI (MM/DD(YYYYI POLICY EXP (MM/DDIYYYYI (MM/DDIYYYYIWVD LIMITS A X COMMERCIAL GENERAL LIABILITY PACE304349 1/1/2020 1/1/2021 EACH OCCURRENCE $1,000,000 CLAIMS -MADE r OCCUR DAMAGE TRENTED PREMISESO(Ea occurrence) $ 300,000 MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES MT- X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X SCHEDULED AUTOS NON -OWNED AUTOS ONLY 5X41035 1/1/2020 1/1/2021 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE EXC304350 1/1/2020 1/1/2021 EACH OCCURRENCE $5,000,000 AGGREGATE $ 5,000,000 DED X RETENTION $ () $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A WCV6097027 1/1/2020 1/1/2021 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION Weld County Buildings & Grounds 1105 H Street Greeley CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUHORIZED REPRESENTATIVE ,c�,l{Q,�. Z /16,1,------ ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* ACTERRA GROUP INC Contract Name* FUEL STORAGE & DELIVERY SYS I EM Contract Status CTB REVIEW Entity ID* @00038016 Contract Description* MEAD GRADER SHED FUEL STORAGE & DELIVERY SYSTEM. Contract Description 2 Contract Type* CONTRACT Amount* $115 492.6$ Renewable * NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.co m Department Head Email CM-BuildingGrounds- DeptHead c(r�weldgov.corn County Attorney GENERAL COUNTY A I I ORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV.COM Contract ID 4070 Contract Lead* SGEESAMAN ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project # sgeesaman@comeld.co.us Requested BOCC Agenda Date* 09/09/2020 Due Date 09/05/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? 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 Review Date * Renewal Date 01/31/2021 Termination Notice Period Committed Delivery Date Expiration Date* 01/31/2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 09/01/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09/09/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHRIS D'OVIDIO Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 09/01/2020 Tyler Ref AG 090920 Legal Counsel BOB CHOATE Legal Counsel Approved Date 09/0112020 Submit DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 August 21, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Mead Grader Shed Fuel Tank Bid; B2000153 As advertised this bid is for new fuel tank system at the new Mead Grader Shed Complex. The low bid from Acterra Group Inc. meets specifications. Therefore, Buildings & Grounds is recommending the award to Acterra Group Inc for $115,492.68. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 20a.0- 2L1 75. WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(a weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: AUGUST 10, 2020 REQUEST FOR: MEAD GRADER SHED FUEL STORAGE & DELIVERY SYSTEM DEPARTMENT: BUILDINGS & GROUNDS BID NO: #62000153 PRESENT DATE: AUGUST 12, 2020 APPROVAL DATE: AUGUST 26, 2020 VENDOR TOTAL ACTERRA GROUP, INC. 7100 BROADWAY, STE 6 -RS DENVER, CO 80221 $115,492.68 THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. 2020-2478 0��►2 .��022
Hello