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
20201920.tiff
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & H2 ENTERPRISES INC. SOUTHWEST IRRIGATION SYSTEM REPLACEMENT THIS AGREEMENT is made and entered into this j(, day of —t.7 �y , 202a 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 H2 Enterprises Inc. whose address is 4626 WCR 65 Keenesburg, CO 80643, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; 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 tenns 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 Bare 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. B2000140". 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 Exhibits A and B 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 begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities Ceri6e.-74" +.e•A‘Lt. gLitAai,ae 0772 7/20 7-a 2020_/c.0 described in Exhibits A and 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 continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $73,500.00, 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 teens 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. 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; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury perperson, $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. 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, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: H2 Enterprises Inc. Attn: Troy Friar Address: 4626 WCR 65 Address: Keenesburg, CO 80643 E-mail: tfriar≥h-2e.com Telephone: (303) 732-9300 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttavlor(a weldgov.com 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 identifcatiom 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 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 WITNESS WHEREOF, the parties hereto have signed this Agreement this / day of , 202O CONTRACTOR: H2 Enterprises Inc. Name: Title: PD-03—e�-t^ mlONGG 2. -- Date 7- / 4,- 7 e 2� WELD COUNTY: ATTEST: Weld C BY: ike Freeman, Chair Deputy Cler ,f o the Boar4.00~ BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO JUL 2 7 2020 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JUNE 10, 2020 BID NUMBER: B2000140 DESCRIPTION: SOUTHWEST IRRIGATION SYSTEM REPLACEMENT DEPARTMENT: BUILDINGS & GROUNDS PRE -BID MEETING: JUNE 17, 2020 BID OPENING: JUNE 26, 2020 1. NOTICE TO BIDDERS: Exhibit A 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: SOUTHWEST IRRIGATION SYSTEM REPLACEMENT A mandatory pre -bid conference will be held on June 17, 2020 at 1:00 PM at the Southwest Weld Services Building located at 4209 CR 24 1/2, Longmont (Firestone), CO 80504. Meet by front entrance. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We Mill be wrong to current state social distancing guidelines. Bids will be received for the above stated equipment up to, but not later than: 1 0: 00 AM on June 26, 2020 (Weld County Purchasing Time Clock). **PLEArE NOTE: Due to the recent events surrounding the Core.navir us (COVID-19) pandemic, some county employees are teleworkinq; therefore, the bid openjn.grwill be held via Skype %conference ca0i. See page 11 for conference call information.** PAGES 1 — 8 OF THIS RE UEST 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.corni 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. Bid Delivery to Weld County-ts I method: 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids a@weldgov.com; however, if your bid exceeds 25MB please upload your bid to httos://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. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids 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 the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County ContrHer/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing 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. ::udders 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 understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that 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. 4. SUCCESSFUL BIDDER HIRING PRACTICES ILLEGAL ALIENS 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 ail 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. noir ,. BID REQUEST #B2000140 Page 2 §8-17.5-102(5)(c). Successful bidder 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 Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perf•-rm work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures t, undertake pre -employment screening or job applicants while this greement is being performed. r Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract ts-r services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or c.rttracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor prvides information to establish thz.t th subcontractor has no: knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable regeests made in the course of an investigation, undertaken pursuant to C. `?.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Successful bidder participa-4es in the State of Colrado pr gram, Successful bidder shall, within twenty days after hiring c4 new employee to perform work under the contract, affirm that Successful bidder has examined the legal wrk status of such employee, retained file copies of the documents, and not altered or falsified the identification documents fr such employees. Successful bidder shall deliver tCounty, a written notarized affirmation that it has examined the legal work status of such employee, andshall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply witn any requirement of this provision or of C.'?.SO §$-17&101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years sf 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 pr:prietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the Unites States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce •-ne of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial •bligations of Weld County payable after the current fiscal year are contingent upon funcs 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 C©fdeM o&l Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential intrmation of the bidder shall be transmitted s-?parately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFDDEN _ U AL." However, the successfu bidder is advised that as a public entity, Weld C*unty must comply with the provisions of C.R.S. 24-72-20', et seq., the C lorad *pen Records Act (CO A), with reg;rd to public records, and cannot guarani- e The confithkintiality of all documents. The bidder is responsible for ensuring that all information contained within thai confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 2472-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commerci��; , financial, geological, or geophysical data). if Weld County receives a CORA reciuest for bid information marked "CONFIDENTIAL", staff will rrNiew the confidential materials to det .rmine whether any of them may be withheld frorr disclosure pursuant to CORA, and disclose those portions staff d stermines 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 sparately ider.tified. 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. 14, BID REQUEST #B2000140 Page 3 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. 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 do so by Weld County. 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. 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 Fees/Legal 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. Disadvantaged Business 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 Pe or am : 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 #B2000140 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. 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. 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 to be 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. 0. Warranty: The successful bidder warrants that 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 gods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non-Assi{'nment: 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 #B2000140 Page 5 R. Non-Exdusllve Agreement: Thus greement is nonexclusive and County may engage or use other contractors or persons i S per7form services of the same or similar nature. S. Employer Financial Interest/C®nflict 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 eld County nas 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. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure 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 County bard, 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. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court a' 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. 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 :..f Weld County, Colorado or its designee. W. Comptnsation Amount: Upn the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an am.urt no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" auth.rizing such additional payment has been specifically approved by the County's delegated employee, or by formaQ 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. Contractsr 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. Each 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 shall 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 the deductible or self -insured retention to guarantee payment of claims. BID REQUEST #B2000140 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 co-rdination of all services rerdered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. IN LEMNITY: 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. Work ors' 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 their 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., AND 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: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; X1,000,000 Personal Advertising injury utomobLe 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 #B2000140 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. Page 8 BID REQUEST #B2000140 Southwest Irrigation System Replacement This project consists of replacing the irrigation system at the Southwest Weld Services Building located at 4209 County Road 241/2, Longmont (Firestone) CO, 80504. Scope of Work: This project will consist of contractor installing a new functional irrigation system. The current system has many breaks in lines and control wiring. Therefore, a new system is needed. in addition to plans sheet attached (that details the location and scope), work shall include: 1. Replacement of existing irrigation system. 2. Contractor shall provide all labor, materials and equipment to perform this work. 3. Work shall be quoted as a lump sum to install a fully operational system. 4. The estimated contract establishment date is July 20, 2020. Based on this date, contractor shall provide starting and finish dates for this project. Timing of completion of this project is a factor for consideration when awarding this project. 5. Construct system in locations as shown on drawings. 6. Provide new piping, irrigation heads, wiring, controllers, and power as necessary. 7. Contractor will tie onto existing well house and equipment. 8. Work shall follow all OSHA and regulatory requirements. 9. Contractor shall provide minimum of three references for performing similar work. 10. Any permitting will be done through Weld County Planning and Building Inspections Department. Fees for permits will be waived. 11. Contractor is responsible for obtaining 811 locates. NOTE: there is a high-pressure gas line that runs through property. Crossing this line at certain locations shall be included in your costs. 12. Contractor is responsible for private locates on the site due to numerous light poles, plumbing and water and items in the dig area. 13. Davis -Bacon and Buy American requirements are NOT required. 14. No bid bond is required for this project. 15. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 16. it is anticipated that a contract will be executed by August 3, 2020. Project $_chedule Fees: Date of this Bid Advertisement Date Pre -Bid Conference Proposals Are Due Contract Award Notice Estimated Contract Date June 10, 2020 June 10, 2020 June 17, 2020 June 26, 2020 July 13, 2020 July 20, 2020 Provide the total Dump sum cost of this project: TOTAL$ PROJECTED START DATE PROJECTED COMPLETION DATE BID REQUEST #B2000140 Page 9 A mandatory prembid conference will be held on June. 17, 2020 at 1:00 PM at the Southwest Weld Services Building located at 4209 CR 24 112, Longmont (Firestone), CO 80504. Meet by front entrance. Bids will be received up to, but not later than June 26, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). We will be adhering to current state social distancing guidelines° BID OPENING II L BE HELD VIA A SKYPE CONFERENCE To join call: 1 (720) 4n) '261 and enter Conference ID: 226904031 Please note that due t; , the Cor navirus (CO Vti 9) pandemic, some of us are teleworking. With that said, the following chances have been made to our current bid process until future notice: 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bids@weldov.corn. 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. BID REQUEST #B2000140 Page 10 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. #B2000140. 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 b d submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to 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 bids) may be awarded to more than one vendor. ARM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO PRINTED NAME AND TITLE SIGNATURE EMAIL DATE FAX TAX ID # IONA **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 #984)3551r0000, YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. 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 #B2000140 Page 11 331p;t 90647411MgOtosa0 lima G2,11000 ttatttr33SA 7 illOu J0xY 3sianZV et 1�14R A€t:17M1 v3v4O t$1 t ve sltssl on s ilatfI tn3 3)O1Tef lit Wort ntos III %OM -gnats so xoil4 Ii MIN ft3"ta'GY t< tt tirMwalb WPB IZC 1 IX TZtfil xIt Iteiti It 0X3tttM -iu &arc Mt MO; it SOW t•1z31n'h 111 WOc3 *2117104 "Sart fl pct 1,fititiCA x 1011 tIt 3>3 IiiaaFQalent t- t3~�Yil ,I'f Mica otTa t 1tI3 rs :14 3> a no n oft MN so `44r��� 31'n3T1rs sti +wo 1 1.nt 'tan ma 112201 3 $8 non'itt33)t !it 1st t1 'Ott IttO1 1p 1saU an 3a WC* litnatatailla f4? 55 Sk1Ml I ICEY“ C11'YSt'P i:7Y1,1 54±.1 kt4 With nYt>l�i 31.0K3WINIAWS "Onti 3.11, CMS getlaaO)Egre313 Mt *Mt ifits42O, COMM .c Lei 141 Veal ;934= MTh Diairl '1"saooanrnKcTIVOMNa K'Zit #[1ff1131tWil C ar' mX �N�tl I -WWI% 11 ommo�'+rt f rill +�Y� 'P`il• ' yP �N*?'4!w`"rY�fM„-(r .Y �✓ 41—'�I�RII'l � 'bw! am 1 Jy + e.- 4t , I '�'� ... U tl'� � ri (d' • '�� 'l •fi n ' IN'w-•• y • ...,. +dl�ilttlditiflUtO }U.IM N0tt0N1+103 A0.NI0d :0VX3 31VNICN000'SINIVILLS3M 1N101' i HUIM 33i vat Nos 311:110 CC*13-311WLP4 WPM Yd 11,091DPIA Oa01133NN00 GENERAL NOTES f --E. • T4,'OtSn GRADE/TOP OF MULCH VALVE BOX WITH COVER. 10 -(NCH DIAMETER ROUND G INCH PVC CL 200 PIPE lEtUi(+U (•s AN REQVatt DI ERICA (1 OF 21 THREADED BRONZE GATE VALVE W TH SOLID WEDGE, NON -RISING STEM PVC SCH 40 OR WROT COPPER MALE ADAPTER I1 OF 2) PVC MAINUNE NOTE; 1 NOMINAL SIZE Of GATE VALVE TO MATCH NOMINAL MAINLINE SIZE ISOLATION GATE VALVE ASSEMBLY 1 REMOTE CONTROL VALVE ASSEMBLY ID TAG WATERPROOF CONNECTORS (4) REMOTE CONTROL VALVE: AS SHOWN IN LEGEND FINISH GRADE/TOP OF MULCH PVC SCH 80 NIPPLE (CLOSE) CONTROL CABLE: 30 -INCHES iN VALVE BOX • - STANDARD VALVE BOX WITH COVER: PENTEK OR EQUAL PVC SCH 40 ELL PtiC SCH 80 NIPPLE (LENGTH AS REQUIRED) BRICK (1 OF 4) SOTS NIPPLE 4;imed LF,NCriri, MODEM AND SCH 40 ELL - PVC MAINLINE PIPE PVC SCH 40 TEE OR ELL 3 0 -INCH MINIMUM DEPTH OF M4aNCH WASHED GRAVEL PVC SIGH 40 MALE ADAPTER PVC. LATERAL A PIPE r V4FiH GRADE. ---- SPRINKLER HEAD: AS CALLED OUT IN LEGEND 1 e2414C1 * a"LEK'7 Wifl4G v.11 H u co svasec 4oiNt nruncs SERVICE TEE OR ELL TEIJ'"° - LATERAL PIPE NOTE: FOR SPRINKLERS OVER 5 GPM USE PREFABRICATED PVC SWING JOINT SPRINKLER ASSEMB-LY_" tat S�i1rG(t 23s 1T11n-T 031 53 Sign fie 1 .. "ice" -11 .,0, 1,3 IlltatatIADO 10011114 011010.10 b S I? NA!4LlliE C LEA PVC, 2,5 -WC}( UNLESS SHOWN OTHERi f& SPRP KLER LATERA : CL203 PVC, -4iC 1 UtiLESS WOICATED OTIERNI SE EXBTING SLEEVE: CL200 PVC (LOCATION I114VER1FED) SLEEVING: CL100 PVC, 2z NOVTNAL SIZE OFCONTAINED PIPE OR WREBUNDLE IRRIGATION CONTROLLER RAM BIRD ESP-DCLE FONT OF CONNECTION ISO(ATEIN GATE VALVE SFUI U.ER REMOTE CONTROL VALVE RANI BIRD PE58 CONTROLLER AND STATION FLOW (GPMI NOMA. VALVE SSE RAPT 6EtDdtO1404INP XI PS NOZ71.E112; 1.6 GPM, 10# NTli21 F 10}1: DA GVM, 1DA' N0711 F 100: 0,4 Goo, 10,0 HAM F 12f' 24 GI% 12A' Mani F13t' 1J GAL 12.0' NOZZLE 124: 9.7 GPM, 12.0' HfTF1i13: 19 GPM. MO' N1X?7I F 154: 9.9 ON, 15.0 NOZZLE 6H• D 5 CPM, 9D' HIVI F 60 4.3 GPM( LO RAN B@tDbl)O4~11344P 55 PSY ICUS. SI GPM, 410' NOZZLE 6 Ili 0911, QA' NDIJ].E 2SSF' 4.3 GPM, 2.SL' NOIDF15k 21 GPM. 21.0' NO21LF250: 11 GPM, 25' NOZZLE 2ST: 15 GHI, 25Jr NOZZLE Jail; 3.6PM, 30,0' Nt>7PI F y0O 16 0i41, BUY NOZZLE 30T: 2.1 GERf, 30.D' RAN Bf20b10i-NP PSI NOIIL1 10: 19.1 GPI( S14' NY1171F1t 12-6 GPM, 294' Ntv1LF14: 14.3GPI, 610' WWI FM M1 GPM, 674' NOM F2t 24.TGPM, W4' HO ZLE:B. ill GPM, 73.0' Hrint f Q 111 GPM, 394' NOM F 6: 6.1 GPM, 45.0' IRRIGATION SCHEDULE South West Service Center, Fort Collins CO Peak Season } Applied Depth I Flow Area Precip Daily Runtime Station. Plant Tyke__ lnshesl ..CP!MJS t. I j1rl � ' __ Al UR :. 3 604.V 278?«9 2.09i 9 ;tit s 11J F _ 3 St.1' , _2:S7 ran —..`.l `_ �/yytsYyl.-,.--.--- ��f�' Y*�Vy q_ 1,_fl 12 0JI 123. :623 " . y -- 1 .. 77� __. �� <- 115 031 _ ' 005.7 . o;c . 1,117. JUJU 0.31 .13,3 570.2 ?.:15 S 71:4-1101trassinentirs—r" -la "SKr 11 r+9§ �t ,� �i. ' c> 138,5 Aria r Itu- f - Tit , - . "'to:'l " l s�cr—x .7 1 _. _,. ; -.-.--,--...1 7115113 tii---- 16 9748 Aix Vi, • i4 i ost, `"riu . .�,'- - nr- —"" ;iqi�.,/� fib i iIt " ""'p, s.-�,TWO R ,....�.sw..v.c0.31 wv,..e. - 111C,st-114 3A 0. Imo. RF € 6 86.S 10230,1 0. .A18. x:31 95,9 .§011 4.$ _ 0,31 74;?.'34425;67 t?,33 .Na.4' � < ! Mme'^�!'��'!.V'� ��YYM,Y,I..� RF 31,C Pita F .t3 2 _ 'M N� o.,.-,, 1 i.L.lOVFy.,/a,.1MgM1:, " / • 1,061 +AA+ JI•:r M .p .-...ter u. y..�.y..,:,V41.' MMIfq�..Y..- �, . ...,T �`.: i t x: ..,..w ... Lis) _sit ?01:''119821e - r 331 33 13 LearairetsgswasimussaTi z4 '1.O21 35 13 17 14.46 1. INSTALL NEW IRRIGATION SYSTEM TO IRRIGATE EXISTING LANDSCAPING WATER SOURCE IS TO THE EXISTING MAINLINE DOWNSTREAM OF THE PUMP STATION EXISTING IRRIGATION PIPING AND SPRINKLERS WILL BE ABANDONED IN PLACE PREVIOUS IRRIGATION PLANS ARE INCLUDED FOR INFORMATIONAL PURPOSES, THOUGH ANY LOCATIONS SHOWN IN THE PREVIOUS PLANS HAVE NOT BEEN FIELD VERIFIED 2. SYSTEM IS DESIGNED FOR A DYNAMIC PRESSURE OF 75 PSI AT 125 GPM, VERIFY DYNAMIC PRESSURE ONSITE BEFORE INSTALLATION OF SYSTEM 3 CONTROL WILL BE VIA NEW IRRIGATION CONTROLLER WALL MOUNTED IN THE PUMP HOUSE. USE TWO WIRE CONTROL CABLE AND DECODERS PER MANUFACTURER RECOMMENDATION GROUND CONTROLLER PER MANUFACTURER'S RECOMMENDATION 4 THE ENTIRE INSTALLATION SHALL FULLY COMPLY WITH ALL LOCAL AND STATE LAWS AND ORDINANCES AND WITH ALL THE ESTABLISHED APPLICABLE CODES 5 UTILITY LOCATES ("CALL BEFORE YOU DIG") ARRANGE FOR AND COORDINATE WITH GENERAL CONTRACTOR AND LOCAL AUTHORITIES THE LOCATION OF ALL UNDERGROUND UTILITIES CALL 1-800-849-2476 6 WARRANTY IRRIGATION SYSTEM FOR ONE (1) YEAR FROM THE DATE OF FINAL ACCEPTANCE OF WORK. 7. DO NOT PROCEED WITH THE INSTALLATION OF IRRIGATION COMPONENTS WHEN IT IS OBVIOUS IN THE FIELD THAT OBSTRUCTIONS OR GRADE DIFFERENCES EXIST THAT WERE NOT CONSIDERED IN THE ENGINEERING IF DISCREPANCIES IN THE CONSTRUCTION DOCUMENTS OR FIELD CONDITIONS EXIST, BRING THEM TO THE ATTENTION OF THE OWNER'S REPRESENTATIVE 8 SLEEVES AIRE REQUIRED FOR BOTH PIPING AND CONTROL WIRING AT EACH HARDSCAPE CROSSING. USE EXISTING SLEEVES WHEN POSSIBLE SIZE SLEEVES TO BE TWICE THE SIZE OF THE PIPE OR WIRE BUNDLE THAT IS CARRIED IN SAID SLEEVE IF EXISTING SLEEVE CANNOT BE LOCATED CONTRACTOR IS TO CUT AND PATCH HARDSCAPE TO INSTALL NEW SLEEVE 9 MAINLINE PIPE: a USE CLASS 200 SOR 21 NSF APPROVED RIGID PVC PIPE b USE SOLVENT WELD PIPE. c USE SCHEDULE 40, TYPE 1, PVC SOLVENT WELD F1TT1NCE_S USE PRIMER APPROVED BY THE PIPE MANUFACTURER d MAINLINE PIPE IS 3' NOMINAL SIZE UNLESS INDICATED OTHERWISE e CON0 C T A MAINLINE PRESSURE TEST AT AVALABLE PtRF.SELIRE OVER ONE HOUR, ALLOWABLE PRESSURE DROP IS 5 PSI f. MAINLINE PIPE TO BE BURIED WITH 24 -INCHES OF COVER 10.LATERAL PIPE: a USE CLASS 200 SDR 21 NSF APPROVED RIGID PVC PIPE b. USE SOLVENT WELD PIPE c. USE SCHEDULE 40, TYPE 1, PVC SOLVENT WELD FITTINGS USE PRIMER APPROVED BY THE PIPE MANUFACTURER d, MINIMUM LATERAL PIPE SIZE IS 1" SIZE PIPE AS INDICATED. ALL SECTIONS OF PIPE BETWEEN TWO IDENTICAL LABELS ARE THE SIZE OF SAID LABELS. a. FLEXIBLE POLYETHYLENE PIPE RATED FOR AT LEAST 100 PSI FOR ALL PIPE 1-1/2" AND SMALLER LATERAL PIPE CAN BE USED USE PLASTIC TYPE PVC OR NYLON INSERT FITTINGS AND SADDLE TEES I SPRINKLER LATERAL PEE TO BE BURIED WITH 14 -INCHES OF COVER. 11 COMPACT TRENCHES IN 6 -INCH LIFTS TO 90% PROCTOR DENSITY PUDDLING OF TRENCHES IS NOT ALLOWED, 12 ADJUST EACH SPRINKLER TO PROVIDE COMPLETE AND OPTIMUM COVERAGE WITH MINIMUM OVERSPRAY ONTO HARDSCAPE, 13 FURNISH ACCURATE REPRODUCIBLE • AS -BUILT' DRAWINGS SHOWING FIELD CHANGES IN LAYOUT AND EQUIPMENT INSTALLATION. AS -BUILT DRAWINGS TO BE PLOTTED OUT FULL SCALE ALSO INCLUDE AN ELECTRONIC COPIES IN AUTOCAD AND ADOBE ACROBAT (PDF) FORMAT ON CD. 14 CLEAN UP ALL DEBRIS RELATED TO THE JOB, AND LEAVE THE SITE IN A CLEAN TIDY CONDITION 15 TEST AND DEMONSTRATE TO THE OWNER'S REPRESENTATIVE THE SATISFACTORY OPERATION OF THE SYSTEM f:'it 0 .r.r ( tal --I _ 1 tIT ak le eat Ca' ;at' F. Southwest Irrigation System Replacement (B2000140) Questions & Answers June 23, 2020 1. At the Poi; t of Connection is there an existing Master Valve or Flow Sensor that needs to be rewired to the new controller? Answer: New equipment must be provided with this bid to provide an operational system. This will include M ister Valves and Flow Sensors, as required. 2. IR-1 General Note #9c. Indicates SCH 40 PVC fittings for Mainline. Pipe 3" and greater typically has ductile iron fittings. Answer: F efer to plans. SCH40 PVC is acceptable. 3. Please clarify if SCH 40 is permitted for all mainline fittings. Answer: Refer to plans. SCI -140 PVC is acceptable. 4. If ductile f-ttings are required, do they need joint restraints or are concrete thrust blocks acceptable. Answer: See answer above 5. Detail 2/lF-1 indicates each remote -control valve to have a decoder, however the Rainbird Controller specified i the Irrigation Legend is a traditionally wired controller not a 2- wire controller. Please clarify if the system is a 2 wire or traditionally wired system? Answer: Rainbird Controller is required. 6_ Is the irrigation contractor required to restore any existing landscape as part of the project scope? Answer: Y as. Landscaping shall be restored in areas where new installation disturbs it. 7. Irrigation mainline is shown as 3" at the POC, but the legend states it's 2.5". Is it all 3" or just 3" until the mainline reaches the first control valve and then it downsizes to 2.5" from the first control valve? Answer: N ain line is 3 -inches. Then downsizes to 2.5 -inches at valves 8. There is no proposed grounding for the 2 wire control system which is needed. Will grounding locations be given? Answer: C'hntractors shall install correct grounding to ensure functional system. 9_ Restoraticn — there is no restoration specification. Shall the contractor assume the areas through the turf will be left as dirt and no seed? Answer: Tie turf areas disturbed shall be left as dirt. Exhibit B PROPOSAL TO; Weld County 1150 O Street Greeley, Co 80631 ,fariNQ T UUE gEffPg OF c ETY c iwee ' ?w1. vn WOW: DATE 6/26/2020 FROM: Troy Friar: Project Manager/Estimator H-2 Enterprises LLC 4626 WCR 65 Keenesburg, CO 80643 Cell: 720-753-8021 tfriar@h-2e.com PROJECT Southwest Irrigation System Replacement Bid # B2000140 DESCRIPTION UNIT QTY UNIT PRICE TOTAL , Install * Includes * * Irrigation * August/September All System New Irrigation all spoil piles system will take labor, will be warrantied approx System parts dispose and equipment of and trenches leveled for 1 year 3 weeks and will be completed in LS 1.00 D $73,500.00 t $ 73,500.00 ESTIMATE TOTAL: $ 73,500.00 Scope of Work: Pricing listed above based on plans provided QUALIFICATIONS Exclusions: Debris removal, fencing, rock removal, sediment/erosion control device (ECD) removal, soil import/export/placement, winter watering, traffic control are all excluded. Any costs associated with LEED requirements are excluded. Davis Bacon/Prevailing Wages are excluded. Any costs associated with dewatering are excluded. General Conditions: Proposal is valid if accepted within Thirty (30) days. Proposals for other services may be provided upon request: Water source for irrigation & Power for irrigation controller to be provided by Customer limits. Proposal is based on the documents, plans, and specifications provided at the time of the bid Grades will be approved and set by General Contractor before starting Landscape/irrigaton All Plant material is warrantied for 1 year/1 replacement unless otherwise stated Stand-by rates will apply when necessary. Payment Terms: Payment terms are Net 30. Invoicing will be done weekly with no retention withheld.. Interest will be charged on all past due amounts at the rate of 1 .5% per month (18% per annum). Customer Signature (Customer) Prices indicated above based on proposal accepted in its entirety. By signing above, (Customer) agrees that this proposal becomes the legal binding contract for the services listed. Page 1 of 1 4628 CR 65 d Keenesburg, CO 8O643 m Ph: 303.732.4021 EI-2E.com The trnd , rsig ., by his FIRM r her signat by (3 e edges and repts 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. #B2000140. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to 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 bids} may be awarded to more than one vendor. H 2 EeJTEPrzaxs S r C -b BUSINESS ADDRESS Li4Z 6 a2. 6.S CITY, STATE, ZIP CODE f Eas o NCO . O6 TELEPHONE NO 3 - 732 _q300FAX _12:23;2.7S) TAX ID # PRINTED NAME AND TITLE _Fat Alta Pr2ncrc\i661ta SIGNATURESAmMOSONOPONOlk E-MAIL1TEri1rt tam � y' DATE air **ALL BIDDERS SHALL PROVIDE A WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0440. YOU DO NOT NEED TO SEND BACK PAGES 1-- 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director sa..u"T�""'.."".r'�'-a:M--r.GsWS•r .ni rw.e""' m+G.,<.A4c.asitr.'::�ir��4�z�cc�-. e�.�a_..y • r....a 111" aa:..a i'i :^_" „ra.: tY7'�i•'rw` fettC ic"`a`y'• i1ss" t'r1'-1 '-"` _z•„w`�'�." ,.�%�C-1r . ;�CY"oTr'�i:�l �ru.'.j w'o-�'`'� S< ✓'b�.. '3L'. " June 26, 2020 Bidder Qualification Statement & References Southwest Im ation S stem Replacement X2000140 1. I -I2 Enterprises Inc. 2. 4626 CR 65 Keenesburg, Co. 80643 303-732-9300 3. Incorporated in 1994 4. 20 Years in contracting business under present trade name 5. Current Jobs: Keenesburg g Gas Plant Cureton Midstream 1-307-851-1.929 $500,000 Landscape Installation- 85% Complete/ March 1St Projected Completion Milton/Northstar Gas Plant DC 1P Midstream 970-378-6346 $55,000 Landscape Installation- 85% Complete/ March 1St Projected Completion f -I2 Enterprises 0 4626 WCR 65 0 Keenesburg, CO 80643 0 303.732.40' I 6. Past Projects: Colorado Youth Outdoors Tree Restoration Project Dig up and relocation of trees Bob Hewson 970-227-9705 $100,000 Tree relocation Weld County REM `Schools Stuart Peterson 303-536-2056 $150,000 Install new soccer field including irrigation Town o Hudson Hunter Fobare 303-536-9311 $165.000 Install New soccer field including irrigation Tietz Residence John Tietz 303-881-3304 $185,000 Install new trees and install new irrigation system 7. Additional References Rick Robertson- 303-961-0031 Platte River Investments: 8537 CR 51, Keenesburg Co. 80644 Billy Fetzer- 970-397-5007 Fetzer Transport: 25811 Burnam Lane, Kersey, Co. 80643 8. Major Equipment Available to Job: John Deer Skid Steers Trenchers 5000 Series Tractors All necessary equipment used in seeding and Landscape process 9. Personnel to be utilized on project: Tr ofir'Friar. et T Project Manager/Estimator • 25 years experience in Commercial Landscape construction including Hardscapes, plant material and irrigation • Experience in jobs ranging from SS,000 to $2 Million • Plan work activities and order materials to meet schedule needs • Control Quality of workmanship and daily operations at the job site • Track, generate and submit progress reports and completion schedules to the client • Attend project meetings with owner, contractor and construction manager to coordinate work Dave fknninger. Superintendent • 28 years experience in Commercial Landscape construction specializing in irrigation installation and maintenance • Responsible for entire installation of system • Work with Project Manager on schedules, equipment and parts • Daily supervision of personnel on site to ensure proper installation and quality • Perform daily safety meetings/JSA and inspections of equipment Eric Cook General Foreman e 18 Years experience in Commercial Landscape construction specializing in plant material, hardscape and retaining walls • Responsible for entire installation of seeded areas, turf, plant material and hardscapes • Work directly with Superintendent on daily schedules and efficiencies Daily supervision of personnel on site to ensure proper installation and quality • Perform daily safety meetings/JSA and inspections of equipment Name of Bidder: H2 Enterprises Inc. By: Troy Friar, CLT Title: Project Manager/Estimator/Superintendent ACOR/T) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 07/16/2020 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 MCGRIFF, SEIBELS & WILLIAMS, INC. P.O. Box 10265 Birmingham, AL 35202 CONTACT NAME: PHONE 800-476-2211 (NC, No, Ext): E-MAIL ADDRESS: FAX (NC, No): INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :Everest Premier Insurance Company 16045 INSURED H-2 Enterprises, LLC 4626 Weld County Road 65 Keenesburg, CO 80643 INSURER B :Everest National Insurance Company 10120 INSURER C :Berkley Assurance Company 39462 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:DCFPA7KC 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 IADDL SD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) I LIMITS B X COMMERCIAL GENERAL CLAIMS -MADE LIABILITY EN4GL00239-191 10/01/2019 10/01/2020 EACH OCCURRENCE $ 1,000,000 X OCCURRENTED DAMAGE TO PREMISES ( (Ea occurrence/ $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO - JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 X PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY EN4CA00257-191 (Hired & Non -Owned Liability Included) 10/01/2019 10/01/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE EN4EX00063-191 10/01/2019 10/01/2020 EACH OCCURRENCE $ 10,000,000 X AGGREGATE $ 10,000,000 DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A EN4WC00153-191 10/01/2019 10/01/2020 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 C Contractor Pollution Liability PCADB-5009826-1019 10/01/2019 10/01/2020 Each Claim: Aggregate: $ 10,000,000 $ 10,000,000 $ $ DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder is included as Additional Insured with respect to General Liability, Automobile Liability, Pollution Liability and Excess Liability as required by written contract. A Waiver of Subrogation applies in favor of Certificate Holder with respect to General Liability, Automobile Liability, Workers' Compensation (where permissible by state law), Pollution Liability and Excess Liability as required by written contract. CERTIFICATE HOLDER Weld County, CO 1150 "O" Street Greeley, CO 80631 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Page 1 of 2 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: ACORO ADDITIONAL REMARKS SCHEDULE Page 2 of 2 PRODUCER MCGRIFF, SEIBELS & WILLIAMS, INC. INSURED H-2 Enterprises, LLC POLICY NUMBER CARRIER NAIC CODE ISSUE DATE: 07/16/2020 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: FORM TITLE: Contractor's Equipment Coverage: Policy #: QT-630-4P603082-TIL-19 Policy Period: 10/1/19-20 Ins. Carrier: Travelers Prop. Casualty Co. of America Leased or Rented Contractor's Equipment: - $750,000 Per Item Limit - $5,000 Deductible Valuation: Legal Liability up to Replacement Cost Subject to policy terms, conditions and exclusions. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CERTIFICATE NUMBER: DCFPA7KC New Contract Reques u Entity IEnti information Erftt Tame* H-2 ENTERPRISE LLC StatakalellialaS • 4, Y Entity ID §00042474 Contract Name* SOUTHWEST IRRIGATION SYSTEM REPLACEMENT Contract Status CTB REVIEW 1 Contract ID 3917 Contract SGEESAMAN : A: ceeri ,.,, s v • om'`- ! Jfa'n1.: 7TP-Wrinticer rnL New tit? Parent Contract ID Requires Board Approval YES Contract Lead Email Department sgeesamanc@comeldco.us Contract Description* REPLACE IRRIGATION Y TEM AT SOUTH WEST COUNTY BUILDING Contract Description Contract Type CONTRACT Amount* $73, 0. Renewable NO Automatic menewal Grant ICA Department BUILDING'S AND GROUNDS ,DS Department Email C-- Buildin roun.saweld-ge.v_ c pat r t Head Email CM-BuildingGrounds- DeptHead@weldgov.com Cou my Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTY/k! :NEY@WELD GOV.COM if this is a r e.n ewal` enter previous Cork If this is pan of a MSA truer VviSA Contract ID Requested B CC Agenda Date g 01129/2020 Due Date 07/2512020 Will a work session With BOCC be required?* NO Does Contract require Purchasing Dept to be included? Note: the Previc-us Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase ontract Dates Effective Date Termination Notice clod Y M -r 1..ilrerc /...LAB..RT. I u..♦....+.. Review Date 'k 1.2/31/2020 or mitred'Delivery Date Mi r.' ^:J:lltir ..t:11:A.4.>-1 ,;;- 'rte Renewal Date Expiration Date 12/31/2020 w•• &...... tr...'_...•11..”.;-wee •t ft —'• .•......4T^• ?fa. SW X.M...'�••••.F.].M— fi r.LLY V..11 4'y A I '.... Contact information Contact Info Contact Nam e Purchasing Purchasing Approver Approval Prose s s Department en Head TORYDv'LOR ' DH Approved Date 07/20/2020 final .Approvai R. CC Approved gned Date ROCC Agenda Date 07/2712020 Originatot SG, ES. �A .� L , AY Submit Contact Type Contact Email Finance Approver BARB CONNOLLY N LL Contact Phone .Purchasing Aprove Date Finance Approved Date 07/201202r1 Tyler Ref AG 072720 L : counsel BOBS OATE Legal Counsel 67120/2020 Contact P.une 2 proved Date 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 July 2, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Southwest Irrigation System Replacement Recommendation; Bid - B2000140 As advertised this bid is to replace the inoperable irrigation system at the Southwest Services Center. The low bid is from H2 Enterprises and meets specifications. Therefore, Buildings & Grounds is recommending the award to H2 Enterprises for $73,500. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 2_02O- IV -0 oT/i3 DATE OF BID: JUNE 26, 2020 REQUEST FOR: SOUTHWEST IRRIGATION SYSTEM REPLACEMENT DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000140 PRESENT DATE: JUNE 29, 2020 APPROVAL DATE: JULY 13, 2020 VENDOR TOTAL H2 ENTERPRISES INC $73,500.00 4626 CR 65 KEENESBURG, CO 80643 INTEGRATED SITE SERVICES $74,000.00 PO BOX 823 WINDSOR, CO 80550 BRIGHTVIEW LANDSCAPE & DEVELOPMENT $91,250.00 8888 MOTSENBOCKER RD PARKER, CO 80134 ENVIRONMENTAL LOGISTICS $114,500.00 1101 E 64TH AVE DENVER, CO 80229 WALSH CONSTRUCTION INC. $119,711.00 8139 OPEN VIEW PLACE LOVELAND, CO 80537 D&J JOHNSON $158,436.83 DBA PERFORMANCE CONSTRUCTION 3390 S ZUNI ST SHERIDAN, CO 80110 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. og4-1 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpeters c(�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 PROJECTED START DATE 08/2020 APPROX 3 WEEKS TO COMPLETE 08/01/2020 08/2020 08/10/2020 08/15/2020 08/03/2020 PROJECTED FINISH DATE 09/2020 08/21/2020 10/2020 09/18/2020 09/30/2020 09/14/2020 2020-1920
Hello