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
20171156.tiff
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & KUBAT EQUIPMENT & SERVICE COMPANY UNDERGROUND STORAGE TANK REPLACEMENTS THIS AGREEMENT is made and entered into this / ��y o , 2017 by and between the County of Weld, a body corporate and politic of the State of orado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Kubat Equipment & Service Company whose address is 1070 S. Galapago Street Denver, CO., hereinafter referred to as "Contract Professional". 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. 01700086". The RFP 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. CT -r/5 ) Cent c,ci-o- i7-/ siI-iiil aoC7-iisco &Goo (9 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 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 S 83,577.00 for the cost of a turn -key replacement of UST's, $66.00 per yard for removal of contaminated soils and $780.00 a day for any Environmental oversight, 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. Tvoes 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. Builder's Risk Insurance: Builder's risk coverage in the amount of $5 million for renovations, repairs made by the Insured at any location (including new locations with total contract cost under $5 million). 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 forproperty damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. 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. Kubat Equipment & Service Company Attn.: Russell Haddock, Outside Salesman Address: 1070 S. Galapago Street Address: Denver, CO 80223 E-mail: fhaddock(aakubatequio.com Telephone: (303) 777-2044 Coun : Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttavlorAco.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 tenninate 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 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 tenns. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the patties 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. WITNESS WHEREOF, the parties hereto have signed this Agreement this � 7 day of ,2017 CONTRACTOR: Rabat ment & ompany Date /26 2 WELD CO ATTEST: Weld BY: _duct) Jcite;ck Deputy CI lerk to the B ' and BOARD OF COUNTY COMMISSIONERS WELD Q,OUNTY, COLORADO clie A. Cozad, Chair rjY 1 7 2017 BST ANCE: APPROVED AS TO SU OF COUNTY COMMISSIONERS COUNTY, COLORADO Ow/7../4S4, Ca la1 Bl i A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MARCH 31, 2017 BID NUMBER: B1700086 DESCRIPTION: UNDERGROUND STORAGE TANK REPLACEMENTS - MOTOR POOL DEPARTMENT: BUILDINGS & GROUNDS DEPT MANDATORY PRE -BID CONFERENCE DATE: APRIL 11, 2017 BID OPENING DATE: APRIL 25, 2017 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase the following: UNDERGROUND STORAGE TANK REPLACEMENTS — MOTOR POOL A mandatory pre -bid conference will be held at 8:00 a.m.. on April 11, 2017, at the Weld County Motor Pool facility located at 1399 N 17 Ave in Greeley. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids wil be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: APRIL 25.2017 CM 10:00 am. Meld County Purchasing Time Clock). 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 at two locations: On the Weld County Purchasing website at https://www.weldoov.com/departments/purchasing located under "Current Requests". And, on the Bidnet Direct website at www.bidnetdirect.com. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com.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. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-400.4222 or 4223 if you have 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 Director of General Services, 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 Director of General Services 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 Director of General Services; 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 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 Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 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 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 work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful BID REQUEST #81700086 Page 2 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 subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 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. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial 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. If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will attempt to contact the bidder in order to allow the bidder to seek an appropriate court order preventing disclosure. Without such an order, Weld County will release the requested information in accordance with CORA. 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 BID REQUEST #61700086 Page 3 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 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. 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. BID REQUEST #61700086 Page 4 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. O. 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 goods 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 -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. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere BID REQUEST#61700086 Page 5 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 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 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. 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. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: 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 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" 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. 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 Director of General Services 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. The insurance coverage's 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 BID REQUEST #61700086 Page 6 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 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: $5,000,000 each occurrence; $5,000,000 general aggregate; $5,000,000 products and completed operations aggregate; $5,000,000 Personal Advertising injury Contractor's Pollution Liability (Including Errors and Omissions) For losses caused by pollution conditions including coverage for bodily injury, property damage, defense costs, cleanup costs, and completed operations that arise from the operations of the Contractor as described in the Scope of Services section of this Contract. A. The policy shall provide for complete professional service coverage, including coverage for pollution liability that is the result of a breach of professional duties. B. The policy shall provide for protection against claims for third -party bodily injury, property damage, or environmental damage caused by pollution conditions resulting from general contracting activities for which the Contractor is legally liable. BID REQUEST #61700086 Page 7 C. The policy shall provide for cleanup costs when mandated by governmental entities, when required by law, or as a result of third -party claims. D. The policy shall be endorsed to include the following additional insured language: 'Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor". E. If the Scope of Services in this Contract requires the transportation of any hazardous material or regulated substances, the Contractor shall carry Auto Liability with a CA 9948 endorsement (or its equivalent Per Loss $5,000,000 Products/Completed Operations Aggregate $5,000,000 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. 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 coverage's 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 #81700086 Page 8 MOTOR POOL UNDERGROUND STORAGE TANK REPLACEMENTS This is a request for a bid to remove and replace the two underground storage tanks located at the Motor Pool facility. The address for the Motor Pool facility is 1399 North l7t° Avenue, Greeley, CO. SCOPE OF WORK: 1. Contractor shall provide a turn -key replacement of existing 6000 gallon underground storage tanks. 2. Contractor shall provide a turn -key price for full replacement of existing underground storage tanks. Exception: Any material or contamination discovered will be addressed at time of discovery (if applicable). 3. New tanks shall have a capacity of 6,000 gallons, be double -walled, interstitial monitoring, and must have two separate chambers or be two separate tanks. 4. Contractor shall prepare and submit a ten-day closure notice to the Colorado Division of Oil & Public Safety (OPS), and obtain a tank removal permit from the local fire authority 5. Notify the Utility Notification Center of Colorado for utility locates at least 72 hours prior to excavation activities 6. Mobilize a Staff Geologist/Scientist to the site to supervise the excavation and removal of the USTs. After uncovering the tanks, the residual petroleum product will be removed, and the tank will be inserted with dry ice in order to remove them from the subsurface in a safe manner 7. Document and characterize subsurface soil conditions and lithology by obtaining representative soil samples from beneath the tank and lifts as per the OPS Owner/Operator guidance document. Soil samples will be evaluated visually and screened for the presence or absence of organic vapors with a photoionization detector (PID) 8. Submit soil samples to a contract laboratory for analysis including, three soil samples from below each of the USTs (6 samples), one soil sample from below the piping every 20' (15 samples) and one water quality sample if required. The soil samples will be submitted for analysis of benzene, toluene, ethylbenzene, xylenes (BTEX) by EPA Method 8260B and oil & grease by EPA Method 413.1/1664. 9. In the event groundwater is encountered in the excavation, one water sample will be obtained and analyzed for BTEX methyl -tertiary butyl -ether (MTBE). 10. Install new underground storage tanks which meet current regulations and connect to existing lines from building 11. Install proper monitoring systems. 12. Backfill the excavation to the existing grade. 13. Install concrete apron and bollard around new tanks. Bollards are to be painted yellow. 14. Prepare a No Further Action Report (NFAR) using the OPS report format documenting the removal, and disposal of the tanks, chemical analysis results, interpretation of the subsurface lithology and chemical analysis data, and discussing the methods and procedures utilized to obtain these data. 15. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 16. All work is to be completed in a professional workmanship manner. 17. 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. 18. Davis -Bacon and Buy American requirements are NOT required. 19. Bids over $50,000 will require a payment and performance bond RESPONSE FORMAT: The following items are to be included in your bid, in the order listed. A. Cover Letter. Include a cover letter introducing your company, summarizing your qualifications, and detailing any exceptions to this document (please note that significant exceptions may make your bid non- responsive). This letter should also provide principal contact information for this project, including address, telephone number, fax number, e-mail, and website (if applicable). BID REQUEST #61700086 Page 9 B. Use of Subcontractors/Partners. There may be areas for use of subcontractors or partners in this project. If you are utilizing this approach, your bid must list the subcontractors/partners, their area(s) of expertise, and include all other applicable information herein requested for each subcontractor/partner. Please keep in mind that the County will contract solely with your company, therefore subcontractors/partners remain your sole responsibility. C. Company Information 1. Provide the following information as listed: Company Name, Address, Phone Number, and Names of Principals. 2. Identify the year in which your company was established and began providing consulting services. 3. Describe any pending plans to sell or merge your company. 4. Provide a comprehensive listing of all the services you provide. D. Company and Personnel Qualifications 1. Contractor's demonstrated qualifications with similar projects. 2. Familiarity with filing for required State of Colorado paperwork. 3. Examples/references of similar projects. EVALUATION AND AWARD A. Bid Evaluation All bids submitted in response to this RFP will be evaluated in accordance with the criteria described. In preparing responses, contractors should describe in detail how they propose to meet the specifications as detailed in the previous sections. The following criteria will be used: • Proposed cost of completed new storage tanks facility • Contractor's demonstrated qualifications with similar projects • Familiarity with filing required State of Colorado paperwork • Examples/references of similar projects • Proposed completion for number of calendar days. PRICING: PLEASE PROVIDE A TOTAL COST OF TURN -KEY REPLACEMENT OF UST'S $ PRICE PER YARD (CONTAMINATED SOILS)* $ 'The "Price per Yard" shall Include costs to excavate, transport, and dispose of any contaminated soil discovered during replacement as well as the cost for any import backfill material that is needed to bring the site back to original grade. PLEASE PROVIDE A COST FOR ANY ENVIRONMENTAL OVERSIGHT PRICE (per day) $ START DATE FINISH DATE __. ... _ism BID REQUEST #B1700086 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 bid for Request No. #61700086. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 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. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** 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 — 9. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services BID REQUEST #61700086 Page 11 ADDENDUM#1 BID REQUEST NO. 81700086 UNDERGROUND STORAGE TANK REPLACEMENT — MOTOR POOL Buildings & Grounds Dept. PLEASE NOTE THE FOLLOWING. SIGN AND EMAIL BACK TO bidseweldgov.com: The original installation plans have been found. Therefore, the scope of this bid will be changed to replace a like -for -like tanks/size to eliminate issues with reconfiguring the site. Therefore, the bid needs to be amended to reflect this change. AMMEND STEP 1 ON PAGE 9 AS FOLLOWS: 1. Contractor shall provide a turn -key replacement of two existing underground storage tanks. The waste oil tank is a 2,500 gallon tank and the waste anti -freeze tank is a 550 gallon tank. Attached is a drawing of the original installation. This replacement shall mirror this installation. But should comply with monitoring requirements. AMMEND STEP 3 ON PAGE 9 AS FOLLOWS: 2. New waste oil tank shall be 2,500 gallons and new waste antifreeze tank shall be 550 gallons, be double -walled, interstitial monitoring, and must be two separate tanks. ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE April 17, 2017 tr• f ;f ii Z 4 6 /*I/Da fs 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 bid for Request No. #B1700085. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 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. FIRM KUBAT EQUIPMENT AND SERVICE COMPANY BUSINESS ADDRESS 1070 S GALAPAGO ST CITY, STATE, ZIP CODE DENVER, CO. 80223 TELEPHONE NO 303-777-2044 FAX 303-777-2324_ TAX ID # 0110121 PRINTED NAME Af/TJTLE��� SSELL HADDOCK / OUTSIDE SALESMAN_ SIGNATURE���'/�� E-MAIL RHADDOCK@KUBATEQUIP.COM DATE 4/25/2017 "THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE" 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- 9. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board BID REQUEST #61700086 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Julie Cozad, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services Page 11 B. Use of Subcontractors/partners. There may be areas for use of subcontractors or partners in this project. If you are utilizing this approach, your bid must list the subcontractors/partners, their area(s) of expertise, and include all other applicable information herein requested for each subcontractor/partner. Please keep in mind that the County will contract solely with your company, therefore subcontractors/partners remain your sole responsibility. C. Company Information 1. Provide the following information as listed: Company Name, Address, Phone Number, and Names of Principals. 2. Identify the year in which your company was established and began providing consulting services. 3. Describe any pending plans to sell or merge your company. 4. Provide a comprehensive listing of all the services you provide. D. Company and Personnel Qualifications 1. Contractor's demonstrated qualifications with similar projects. 2. Familiarity with filing for required State of Colorado paperwork. 3. Examples/references of similar projects. EVALUATION AND AWARD A. Bid Evaluation All bids submitted in response to this RFP will be evaluated in accordance with the criteria described. In preparing responses, contractors should describe in detail how they propose to meet the specifications as detailed in the previous sections. The following criteria will be used: • Proposed cost of completed new storage tanks facility • Contractor's demonstrated qualifications with similar projects • Familiarity with filing required State of Colorado paperwork • Examples/references of similar projects • Proposed completion for number of calendar days. PRICING: PLEASE PROVIDE A TOTAL COST OF TURN -KEY REPLACEMENT OF UST'S $_83,577 PRICE PER YARD (CONTAMINATED SOILS)* $86 `The "Price per Yard' shall Include costs to excavate, transport, and dispose of any contaminated soil discovered during replacement as well as the cost for any import backfill material that is needed to bring the site back to original grade. PLEASE PROVIDE A COST FOR ANY ENVIRONMENTAL OVERSIGHT PRICE (per day) $_780 START DATE 6/5/2017 FINISH DATE 6/30/2017 BID REQUEST #81700086 Page 10 4/25/2017 Weld County Buildings & Grounds Dept -Motor Pool 1399 N 17th Ave Greeley, Colorado 80631 Re: Underground Storage Tank Replacements — Motor Pool (Bid #81700086) Good Afternoon, Kubat Equipment and Service Company is pleased to have the opportunity to supply Weld County Buildings and Grounds Motor Pool with a quote to replace existing waste oil and antifreeze tank's. Kubat specializes In Underground Storage Tank (UST) system design, sales, installation & service since 1949. We have over 100 years of experience with our current staff (Sales / Service / Construction and Management). I am confident that we will be able to supply you with the quality equipment, service and installation you desire. During any time of this process (or thereafter) if you have any questions please do not hesitate to contact me. Kubat Equipment and Service Company Russell Haddock 1070 S Galapago St. Denver, CO. 80223 Work #303/777-2044 Fax #303/777-2324 Cell #303/903-9646 E -Mail: rhaddock@kubatequip.com I look forward to hearing back soon and having the opportunity to work with you on this project. Sincerely, tssell Haddock SUB -CONTRACTORS INFORMATION TASMAN GEOSCIENCE-A.K.A. LMCI (LEWIS MAINTENANCE) UNDERGROUND STORAGE TANKS o EXCAVATING LIST TANKS o REMOVING UST TANKS o PROPERLY DISPOSAL OF UST TANKS o PROPER CLOSURE OF UST TANKS WITH STATE AND LOCAL AUTHORITIES o BACKFILLING/COMPACTING SOILS TASMAN GEOSCIENCE-A.K.A LMCI (LEWIS MAINTENANCE) UST/CONCRETE/ o EXCAVATION o FORMING/PREPERATION FOR CONCRETE o POUR/FINISH CONCRETE TANK PAD TASMAN/LMCI-CONTACT TRAVIS JOHANSEN #720-544-3448 JOE'S ELECTRIC o ELECTRICAL CONDUIT REMOVAL/INSTALLATION o INSTALLATION OF POWER CABLING FROM DC LEVEL SENSOR TO TANKS o COMPLETING DC ELECTRICAL CONNECTIONS o PULL EXISTING CONDUIT BACK TO NEW TANK PAD JOE'S ELECTRIC JOE NOVAC #719-659-8777 Company Information: Kubat Equipment and Service Company 1070 S Galapago St. Denver, Colorado 80223 Ph# 303/777-2044 Principal's: - Gene Hoyer — Vice President - Craig Hoyer— President - Jim Keith — Sales Manager - Dave Lawrence — Director of Service - Ron Ornelas — Construction Manager Established in 1949 No Plans of Merging/Selling See Kubat Line Card attached for all services provided. KUBAT EQUIPMENT & SERVICE CO. 10701 GALAPAGO ST. O&VVER. ca 80223 Phone (303) 777-2044 393 INDIAN RD. UNIT B, GRAND JUNCTION , CO 8/501 Phone (970) 644-5345 SALSA SERV/CEAND BVSTALL4T70N wu1W. kubatequ/Dment. Com 1-80036-KUBAT AMR COMPRESSORS/ACCESS-OR/ES *CHAMPION *LINCOLN *SAYLOR BEALL BULK PLANT EQUIPMENT *MORRISON *OPW/ENGINEERED SYSTEMS CANOPIES *FASHION *KUSTOM KANOPIES *MADISON CAR'V'ASH *PDQ *CSI/LUSTRA *MONDO D/E7EL EXHAUST FLUID (D.E.A./ *SEPARATION BY DESIGN (KLEER BLUE) FIBERGLASS PIPING *AMERON *FIBER GLASS SYSTEMS (SMITH) f/LT£RS *CIM-TEK *PETRO CLEAR *GOLDEN ROD FLEXIBLE PIPING *FLEXWORKS BY OPW FUEL DISPENSERS/PUMPS *GASBOY *GILBARCO *GPI *RED JACKET *ROPER FUEL MANAGEMENT *FUEL MASTER *GASBOY *OPW FUEL MANAGEMENT SYSTEMS HOSE ASSEMBLV *AEROQUIP *FLEXING *GOODYEAR *HOSE MASTER HOSE REELS *BALCRANK *HANNAY *LINCOLN LEAK DETECTION EQUIPMENT *PNEUMERCATOR *RED JACKET *VAPORLESS 'WEEDER ROOT LIQUID E FNT DEVI_ *TCS METERS LUBR/CA77ON *LINCOLN *NMIQNAL SPENCER .... `.' OUTDOOR 6 CeNOPY r*m* *CREE LIGHTING *LSI PETROLEUM LIGHTING *SECURN? UGHTING/WHITEWAY *VENTURE LAMPS PO/NTOFa7�� Iv�rrku *GIL.BARCO PASSPORT *VERIFONE SAPPHIRE & RUBY SERVLCLEutn0NVa1v_ rctsr *MORRISON *OPW *UNIVERSAL STEEL I eA'D FORMS *OPW/POMECO *RIVERSIDE STORAGE TANKS "LOBE CUBE (STEEL) AST *MODERN WELDING (STEEL) AST/UST *WE -MAC (STEEL) AST/UST *XERXES (FIBERGLASS) UST SUREMGGT E U/PM �T *POWER INTEGRITY *POWERVAR TANK GAUGING *KRUEGER *MORRISON *SCULLY *MOORMAN *PN EUM ERCATOR *VEEDER ROOT TANK TRUCK FITm *AY McDONALD *CIVICON *EBW VEHICLE LIFTS *ROTARY *STERTIL-KONI HEAVY DUTY Kubat Equipment & Service Co. in Business in Denver, Colorado Since 1949 Honesty, Integn7y and customer sausfact/on Is our goal, because we truly cam/ Kubel Equipment & Service Co. in Business in Denver. Colorado Since 1949 We are a full -line, authorized, stocking distributor of top brand retail fndustriaUconanercial fueling system products, in -bay automatic car wash systems and chemicals, lubrication equipment & systems, automotive luting equipment & systems, diesel exhaust fluid storage & dispensing provide you with the following services:nr g systems. Kubat can =>The Largest Inventory in the Rocky Mountain Region for... *Fuel Pipe, Valves and Fittings for Aboveground and Underground Fueling Systems *120, 240, 275, 500, 1000 gallon Double -wall U.L. 142 Listed Tanks In -stock "L" Shaped and Rectangular truck bed tanks and 12 volt pumps, valves and fittings *Lubrication Equipment for Oil, Grease, ATF, A/F, Washer Fluid Storage & Dispensing *Automotive Lifting Equipment with I0,000Ibs 2 -Post Rotary Vehicle Lifts In -Stock *Car wash chemicals and supplies a Professional, Experienced Sales Department can assist you with... *Design, Specification, Quotation, Installation and Stmt *Fue US up ng ystems for Retail Gas Stations, Truck Stops, Industrial/Commercial Fueling Systems and Back-up Generator Fueling Systems *In -bay automatic car wash systems *Lubrication Systems for Oil, Grease, Air, ATF, A/F Storage & Dispensing Systems "New & Used Lubrication/Fueling Trucks *Automotive Lifting and Servicing systems *Diesel Exhaust Fluid Storage & Dispensing Systems =>Factory Trained & Certified Installation Crews provide you with... *6 Experienced 2/3 -man Crews provide professional, cost-effective installations *Kubat-owned equipment (tractors, skid -steers, dump trucks, concrete -saws, project construction trailers, etc) enables Kubat to provide 24 -hour response for service of existing systems and quick, reliable installation for new projects *Licensed, Insured and Bondable Installations = .Factory Authorized Service Technicians are Equipped and Trained for... *Complete Programming, Start-up and Training on new systems *Diagnosis and Repair of Existing Systems *16 Service Technicians Equipped with Stocked Full -Service Trucks *24/7/365 Service Coverage...after-hours, weekend & holiday personal dispatch service =>City Sales Counter & In -House Service Repair for... Oil & Grease Pump Repair *Meter Repair *12volt Fuel Pump Sales & Repair. *Parts Sales for Any Fueling, Car Wash, Lubrication, Air or Automotive System =4 -Complete Car Wash Service and Supply Division Offering... *Industry leading touch free and friction in -bay automatic car wash systems *Parts availability for all brands of equipment *Wash chemicals featuring CSI/Lustra and Mondo products *Dedicated and factory certified car wash technicians *Front range service 24/7/365 Call us for all of your fuel, car wash, lubrication, and automotive service system requirements/II EXAMPLES/REFERENCES OF SIMILAR PROJECTS - ELEVATIONS CREDIT UNION o LIST TANK REMOVAL (3 10K) o P.O.C - MIKE TRESSLER 720/454-6182 - EDEN INNOVATIONS o UST TANK INSTALLATION (2 -20K/1 -5K) o P.O.C.-TREVER LEY 303/468-1707 - PENSKE TRUCK LEASING o UST TANK INSTALLATION (2-30K/1-51) o P.O.C.-SEAN YENTSCH 717/545-1041 - SAM'S AUTOMOTIVE o UST TANK REMOVAL (3-1K) o P.O.C.-FRED GRASSMANN 303/761-6280 COMPLETION OF PROJECT IS APPROXIMATELY 45 BUSINESS DAYS FROM DATE OF CONTRACTUAL/PERMIT APPROVALS RECEIVED. (NOTE: TANK LEAD TIME IS S WEEKS FROM DATE OF APPROVAL TO SHIP TO SITE) MEMBER CIcu ro B J 4 NO CO. 1070 S0. GWnpege®er. CO 80228 Fax 808-777-2824 Complete Santa H.ndec & 1nwaUafMn 3O7-777-2O44NME 03496 BILL TO: WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 QUOTE NUMBER 1027854-0000-01 SHIP TO: WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMERP.O.NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE F TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 t 1084 04/25/17 I 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 1 QUANTITY ORDERED B.O.IRET. I SHIPPED - ITEM CODE AND DESCRIPTION UMMULT. UNIT PRICE AMOUNT ****************************** THANK YOU FOR GIVING KUBAT EQUIPMENT AND SERVICE COMPANY THE OPPORTUNITY TO QUOTE THE FOLLOWING SCOPE OF WORK: **BID NUMBER: B1700086** UNDERGROUND STORAGE TANK REPLACEMENTS -MOTOR POOL NOTE: PRIOR TO PROCEEDING WITH QUOTED WORK A CERTIFIED ELECTRICIAN WILL DISCONNECT ANY/ALL POWER OUT AT THE TANK FARM (LOCK-OUT/TAG-OUT). NOTE: PRIVATE LOCATE WILL BE CONDUCTED WITHIN AND AROUND THE QUOTED EXCAVATED WORK AREA KUBAT WILL; 1) PREPARE AND COORDINATE WITH OPS AND THE LOCAL MUNICIPALITY/FIRE AUTHORITY. core EXPLANATION A SUBTOTAL CONTINUED • • STATE TAX APRJCAIM C. CONSIDER [GAMETE • . FEWCOIO1 TAX MM1fi OLE 0. DIRECT SHNn.RXi FREIGHT IN FREIGHT OUT MISC. CHARGE . . MCI IMAM TAX ATPL F. FACTIXnMWIPAM S.wwer MarmmAED .. NETemEoCT. TILE. CHARGE FREIGHT TOTAL FED.lOTHER TAX • • • *SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION • • • * TAX PAYMENT RECD. Customer Signature -- 'Sales Rep Signature r1RN:INAI MEMBER P�1 03496 BILL TO: I 1070 So. Ca!apmgo St. • Denver, CO 80223 Fee 308-777.2324 Complete Salem Rende. & ln.tallaaloa ® 303.777-2044 RIRE I WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 QUOTE NUMBER 1027854-0000-01 SHIP TO: WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMER P.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER 5LSMN. 1 ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. QUANTITY B.O./RET. ORDERED SHIPPED ITEM CODE AND DESCRIPTION 2) FILE PAPERWORK WITH OPS AND THE LOCAL AUTHORITIES AND DEVELOP A PERMANENT CLOSURE PLAN THAT IS AMENABLE TO THE OPS AND OBTAIN APPROVAL FROM ALL AUTHORITIES PRIOR TO PROCEEDING. 3) DRAIN EXISTING PRODUCT LINES BACK TO THE TANKS. 4) FLUSH EACH EXISTING UST TANK AND REMOVE/DISPOSE OF RINSATE. 5) MOBILIZE TO THE PROJECT SITE WITH ADDITIONAL EQUIPMENT, SAWCUT THE SURFACE COVER (AS NEEDED) AND REMOVE/DISPOSE OF THE SURFACE COVER MATERIAL. NOTE: THE USTs WILL BE UNCOVERED TO THE EXTENT NECESSARY TO DAYLIGHT TANK CONNECTIONS. 6) FACILITATE INSTALLATION OF TEMPORARY VENT PIPES. 7) EXCAVATE AROUND EXISTING TRANSITION SUMP, DAYLIGHT AND LOCATE EXISTING PIPING LINES. P 2 IMM MOLT. UNIT PRICE AMOUNT COOS EXPLANATIOM -STATE TAX APPLICABLE E. FED /OTHER TAX APPLICABLE • • STATE 5 FEDERAL TM Nit B. BALANCE BACK ORD0ED C . CONSIDER COMM! D- DIRECT SHIPMENT F • FACTORY MINIMUM n. RETURNED CYL FREIGHT IN FREIGHT OUT ****SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION**"" Customer Signature Sales Rep Signature ORGINAL SUB TOTAL MISC. CHARGE TELE. CHARGE FREIGHT TOTAL FED./OTHER TAX TAX PAYMENT REC'D. CONTINUED MEMBER 4IMUIRMCNr 03496 BILL TO: 1070 So. Catnnas) St.• Donor. CO 80223 Fu. 903 -PR -2924 Complete Bain Service. & Installation WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 QUOTE NUMBER 1027854-0000-01 SHIP TO: WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMER P.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 3 QUANTITY ORDERED B.O.IRET. SHIPPED DTP. ITEM CODE AND DESCRIPITON UM MUM UNITPRICE AMOUNT 8) INERT THE TANKS AND MONITOR VAPOR CONDITIONS AS NECESSARY TO OBTAIN APPROVAL TO REMOVE THE TANKS. 9) CERTIFIED ELECTRICIAN WILL PULL BACK ALL EXISTING CONDUITS. 10) UPON APPROVAL TO REMOVE EXISTING UST TANKS KUBAT WILL LIFT TANKS FROM THE EXCAVATED HOLE, LOAD ON A HAUL TRUCK, AND TRANSPORT TO A DISPOSAL FACILITY. NOTE: KUBAT ASSUMES DRY HOLE CONDITIONS AND NO DE -WATERING REQUIRED. 11) MONITOR SOIL VAPORS AND COLLECT SOIL SAMPLES FROM BENEATH THE USTs AND PIPING (AS OUTLINED IN THE BID DOCUMENTS) AND ACCORDING TO OPS REQUIREMENTS. NOTE: 15 SOIL SAMPLES WILL BE COLLECTED AND SUBMITTED FOR BTEX AND O&G ANALYSIS. NOTE: IF GROUNDWATER IS ENCOUNTERED, A GRAB SAMPLE CORE EXPLANATION 4 SUBTOTAL CONTINUED •- Mart TAX /MUCUS C . CONSIDER CcaPLETE co - Fm amn TAX A fine . D . or wr sxranr FRDGHT IN FREIGHT OUT MISC. CHARGE . • HATE s unRA* TAR ANAL F •FACTORY MOOS S-mtACEmot ommm n. RETURNE➢CYt TELE. CHARGE FREIGHT TOTAL FED./OTHER TAX * e **ME ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION**** TAX PAYMENT RECD. Customer Signature Sales Rep Signature CIRICZINAI MEMBER PEI 03496 BILL TO: 1070 So. Galapeao St.• Denver, CO 80223 Fes 903471-2224 Complete Scam, Service. & IamaUatlen SHIP TO: WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 QUOTE NUMBER 1027854-0000-01 WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMER P.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE F TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 4 QUANTITY I ORDERED B.O.IRET. SHIPPED DISP. ITEM CODE AND DESCRIPTION U/M MULM UMT PRICE AMOUNT MAY ALSO BE COLLECTED AND SUBMITTED FOR BTEX/MTBE ANALYSIS. 12) SUBMIT A TANK CLOSURE REPORT WITHIN 30 DAYS OF CLOSURE ACTIVITIES TO OPS AS REQUIRED. NOTE: ANY ELEVATED PID READINGS MUST BE REPORTED IMMEDIATELY AS A POTENTIAL RELEASE TO THE OPS. 13) SUBMIT/OBTAIN UST INSTALLATION PERMITTING WITH OPS AND THE LOCAL MUNICIPALITY/FIRE AUTHORITY. NOTE: DOES NOT INCLUDE ANY ENGINEERED/WET STAMPED DRAWINGS FOR PERMITTING. 14) BED TANK HOLE WITH PEA GRAVEL, SET DEADMEN FOR ANCHORING THE TANK, LIFT AND SET THE NEW TANKS IN THE HOLE. 15) SUPPLY AND INSTALL ANCHOR ACCESSORIES ON THE TANKS AND TO THE DEADMEN. 16) BACKFILL AROUND THE TANKS WITH CLEAN PEA GRAVEL PER CODE EXPLANATION 4 SUBTOTAL CONTINUED - STATE TAX LAP CABLE C • CONSMER [OWLET S. FED/OTHER TAX ARIICAELE D . DIRECT SHPMENr FRDGNT IN FREIGHT OUT MISC. CHARGE .. STATE a FEDERAL TAX OK F. FACTORY MIIMUM R . BALANCE BACK ORDERED e . RETURNED CYL TELE, CHARGE FREIGHT TOTAL FED./OTHER TAX • • • *SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION .... TAX PAYMENT RECD. Customer Signature Sales Rep Signature mammJA I MEMBER APE! 03496 , 4NDCusA� EQUIPMENT etial9nrS GO 1070 So. Gdapago®er. CO 80223 Fax 308-777-2324 Complete Sale.. Sender. & hurl citation 303-777-2044 BILL TO: WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 QUOTE MEMBER 1027854-0000-01 SHIP TO: WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMERPO. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS NO. PAGE NO. P 5 QUANTITY I ORDERED BAX/REM SHIPPED I oBP. ITEM CODE AND DESCRIPTION U/M MULT. UMT PRICE AMOUNT MANUFACTURER'S REQUIREMENT TO TOP OF TANKS. 17) SUPPLY AND INSTALL ALL QUOTED TANK TOP EQUIPMENT ONTO THE NEW TANKS. 18) SUPPLY AND INSTALL A NEW TRANSITION SUMP IN SAME LOCATION AS THE EXISTING. 19) INSTALL EXISTING PIPING FROM THE SHOP INTO THE NEW TRANSITION SUMP, SUPPLY NEW FIBERGLASS PIPING IN THE TRANSITION SUMP AT THE EXISTING PRODUCT PIPING AND RUN EACH NEW PRODUCT LINE OUT TO ITS DESIGNATED TANK FOR GRAVITY FILL AND TERMINATE CONNECTIONS WITHIN THE SUMPS. 20) SUPPLY AND INSTALL TANK LEVEL PROBES IN EACH TANK FOR OVERFILL PROTECTION, AND AN INTERSTITIAL (DRY) SENSOR FOR SECONDARY MONITORING. 21) BACKFILL REMAINING EXCAVATED AREAS OVER THE NEW TANK AND AROUND THE NEW TRANSITION SUMP. CODEEXMANRpOM 4 SUBTOTAL CONTINUED -STATE TAXMNIt.Vtl C . CDNSER CORRETE . SO N58* TAX M R JCA&R 0. DIRECT LMMtkT FREIGHT IN FREIGHT OUT MISC. CHARGE .. STATE a Nam TAX Ma F -FACTORY MINIMUM I. uugte Pa 0Faem n. RETURNED Cn. TELE. CHARGE FREIGHT TOTAL FED./OTHER TAX • • t *SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION**" TAX PAYMENT RECO. Signature Customer Sales Rep Signature ORIGINAL MEMBER PEI 03496 BILL TO: CKu'BEN cci CUED 1070 So. Dalnpeao St. • Denver. CO 80223 Fax 303-7772824 Complete Sale.. Service, & IR.larlallon 303-777-2044 WELD COUNTY DEPT OF PURCHA 1150 O STREET GREELEY CO 80631 SHIP TO: QUOTE NUMBER 1027854-0000-01 WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMS P.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 6 (9UANTITY ORDERED LOAM SNIPPED DISP. ITEM CODE AND DESCRIPTION WUM MAT. UNIT PRICE AMOUNT 22) SUPPLY AND INSTALL GRADE LEVEL MANHOLES. 23) SUPPLY AND INSTALL A NEW MORRISON TANK LEVEL MONITORING DC SYSTEM IN PRE -DETERMINED LOCATION AT THE TANK FARM. 24) CERTIFIED ELECTRICIAN WILL COMPLETE ALL NEEDED NEW CONDUIT RUNS FROM PROBES AND INTERSTITIAL SENSOR TO THE NEW DC TANK LEVEL SYSTEM, SUPPLY AND INSTALL PROPER SPECIFIED CABLING, COMPLETE CONNECTIONS AND TERMINATE. 25) CERTIFIED ELECTRICIAN WILL ABANDON ALL EXISTING UNUSED CONDUITS IN PLACE AND PULL BACK ALL CONDUITS/CABLING BEING USED AND INSTALL BACK IN PRE -DETERMINED LOCATION AT THE TANK FARM. NOTE: UNUSED CONDUITS WILL BE ABANDONED UNDERGROUND AND WILL NOT BE REMOVED BACK TO THE BUILDING. CODE E.MPIApO8 4 SUBTOTAL CONTINUED .- STATI TAX MNJCARI C. COMM COMPLETE • .EWA1Ma TAX MRCS, O•MECT PAPAW FREIGHT IN FREIGHT OUT MISC. CHARGE .- STATE ANpM% TAX Ara. F -FACTORY MaMDM P.RAnMESAMOM oa n-RENRMDCYI TELE. CHARGE FREIGHT TOTAL FED./OTHER TAX =e"SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION•=== TAX PAYMENT RECD. Customer Signature Sales Rep Signature T]RIC.INAL MEMBER PEI 1010 So. Oelapago St.• Denver. CO 80223 Fax 303.771.2324 Complete Salsa Sete/re, & Installation 03496 BILL TO: WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 SHIP TO: QUOTE NUMBER 1027854-0000-01 WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMERP.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. QUANTITY B.0./RET. ORDERED SHIPPED DISP. ITEM CODE AND DESCRIPTION U/M MULT. P 7 UNIT PRICE AMOUNT 26) SUPPLY AND INSTALL FIBERGLASS PIPE/FITTINGS AT THE TANK TOP VENT LOCATIONS AND RUN TO PRE -DETERMINED LOCATION FOR ABOVEGROUND VENT STACK INSTALLATION. 27) SUPPLY AND INSTALL CONCRETE FORMS, REBAR, DOWELLS AND PREP FOR CONCRETE OVER THE NEW UST TANK/s AND THE TRANSITION SUMP. NOTE: CONCRETE TANK PAD WILL BE @10'X15'XO" (PER EXISTING TANK INSTALL DETAIL AND ADDENDUM #1 TO "MIRROR EXISTING INSTALLATION") 28) SUPPLY, POUR AND FINISH CONCRETE. 29) SUPPLY AND INSTALL (6) 6"DIA X 7' PIPE BOLLARDS IN PRE -DESIGNATED LOCATIONS. NOTE: 3'UNDER GRADE AND 4' ABOVE GRADE. 30) DRY TEST NEW OVERFILL / INTERSTITAL MONITOR SYSTEM 31) CLEAN UP MATERIAL/DEBRIS CODE EXPLANATION • - STATE TAX APPLICABLE • • FED /OTHER TAX APPLICABLE - STATE R FEDERAL TAX APPL B - BALANCE BACK ORDERED C • CONSIDER COMPLETE O MRECT SHIPMENT F- FACTORYMINNM n • RETURNED OTt 4 FREIGHT IN FREIGHT OUT • ***SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION.*** Customer Signature Sales Rep Signature ORIGINAL SUB TOTAL MISC. CHARGE TELE. CHARGE FREIGHT TOTAL FED./OTHER TAX TAX PAYMENT REC'D. CONTINUED MEMBER PEI 03496 BILL TO: 1070 So. Gatapago Sa• Denver, CO 80223 Fax 303-717-2324 Complete Seim Bervle., a lnatelMNon ® 303-777-2044 MIN WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 QUOTE NUMBEFt 1027854-0000-01 SHIP TO: WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMER P.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 8 QUANTITY 1 ORDERED O./RET. SHIPPED DISP. ITEM CODE AND DESCRIPTION U/M MULT. UNIT PRICE AMOUNT 1 1 1 1 8 2 2 FROM KUBATS SCOPE OF WORK AND DISPOSE OF. ****************************** *2,500G UST DW TANK *550G UST DW TANK *INBOUND FREIGHT TO GREELEY CO *HOLD DOWN STRAPS *TURNBUCKLES 3/4" X 18" JAW BY JAW *STP SUMPS PART#B427X33-20T-22B-PP-SL *FRP FLAT WALL FITTINGS PART#F-32-TS-T-MP-1PK 1 -PER SUMP FOR FILLS I EA EA EA EA EA EA EA 8947.00 5071.00 2471.00 565.00 45.00 1236.00 197.00 8947.00 5071.00 2471.00 565.00 360.00 2472.00 394.00 CC0E EXMAMATga 4 SUBTOTAL CONTINUED -STATE TAX ariall C .Cm®E5COMMIT FloatTAX anal a -Dna SHRIFXT FREIGHT IN FREIGHT OUT MISC. CHARGE . .STATE a MINA TAX APR F .MACmxr MINIMUM i . SLLA.Q SACSMetl10 n-3ETUX3E4 Crl. TELE. CHARGE FREIGHT TOTAL •"SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION`•"• •• FED./OTHER TAX TAX PAYMENT RECD. Signature Customer Sales Rep Si®nature ORIGINAL WINDER PEI 03496 BILL TO: IMMO 1070 So. Gclnpage St. • Deaver, CO 50223 Max S02-077-2824 Compton Sala. Sendaa. • Inotafaf on ® 303-777-2044 RIK WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 60631 QUOTE NUMBEST 1027654-0000-01 SHIP TO: WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOM6tP.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027654-0000-01 1084 04/25/17 1065 TANK REMVL/INSTL INSTRUC11ONS FRT. PAGE NO. P 9 QUANTITY 1 ORDERED SHIPPED DS' ITEM CODE AND DESCRIPTION LUM MUM UNIT PRICE AMOUNT 1 2 4 2 2 *INBOUND FREIGHT S BRAVO SYSTEMS 14U-4210 42" MANHOLE 00712 ZZOOT UPC# 00712 ZZOOT 233V-4420 4"X2" EXTRACTOR FITTING 00001 ZZ07K UPC# 00001 ZZ07K 104A-1200 12" OPW MANWAY 0PW MANWAY (INTERSTITAL) 00001 Z205Y UPC# 00001 ZEO5Y 62M-0375 OPW 4" CAP&RING W/3/8" (IN -GROUND) (PROBES) 00001 ZZ098 UPC# 00001 ZZ096 EA EA EA EA EA 230.00 612.00 103.00 71.00 66.00 230.00 1224.00 412.00 142.00 132.00 CODE EXPLANATION 4 SUBTOTAL CONTINUED . STATE TAX amtraar c . c&e'oeR [OMELET nmu a ,. EmTAX sstPARtE 0.OMECT SHIPMENT IItEIGHTW I FREIGHT OUT MISC. CHARGE .- STATES R 1. TAX un F. FACTORY aMas.S I. AMAMI SAC* COMM e • ReTYRNt0 M TEM. CHARGE FREIGHT TOTAL FED.roTHER TAX •••*SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION•••• TAX PAYMENT RECD. Customer Signature Sales Rep Si nalul* ORIGINAL MEMBER PEI 03496 rrcu 14 . Cam. 1070 Sc. Oalapago Sr • Denver, CO 80223 Fax 303777-2324 Complete Sale, Serpiet NInntalbNon 303-777-2044 IIIIE BILL TO: WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 SHIP TO: QUOTE NUMBS 1027854-0000-01 WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMER P.O. NO. TANK REMVL/INSTL ***4UOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 10 QUANTITY I ORDERED B.DJRET. SHIPPED I DISP. ITEM CODE AND DESCRIPTION UN MOLT. UNIT PRICE AMOUNT 2 6 4 1 1 305XPA 2200 AK MORRISON 2"CAP/RING W3/8" MORRISON 00200 ZZ00H UPC# 00200 ZZOOH 2 -BP 2" BLACK PIPE (INTERSTITIAL) 00004 ZZ02I UPC# 00004 ZZ02I 4X24 -BR 4" X 24" BLACK RISER PIPE 00004 ZZ070 UPC# 00004 ZZ07O *TRANSITION SUMP #PSL-3630 14U-4210 42" MANHOLE 00712 ZZOOT UPC# 00712 ZZOOT EA EA EA EA EA 65.00 3.25 96.00 403.00 612.00 130.00 19.50 384.00 403.00 612.00 COOEEHIAMTWM IL SUBTOTAL CONTINUED -moatTMetUreat C. CONAUERCOL@tM . rmjOllek LM Annaba -DWI SHMENT FREIGHT IN FREIGHT OUT - MISC. CHARGE - Stan a MOM TM MR F. FACTORY Mt&MUM • MIMICS MIX MOUND a. MnWNEDCn. TELE. CHARGE FREIGHT TOTAL "'""SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION**** FED./OTHER TAX TAX PAYMENT REC'D. Customer Signature Sales Rep Signawn ORIGINAL - MEMBER PEI 03496 BILL TO: l ��cuBAr1 r uuirm A 7:1 'No lOo 1070 So. Gelopeyo SE.• Deaver. CO 80223 Pes SOS -74.288• Complete Sai.a Service. ! installation YJlA WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 303.777-2044 QUOTE NUMBS 1027854-0000-01 SHIP TO: WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMERP.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 11 QUANTITY ORDERED B.O.IRET. SHIPPED -a:1 REM CODE AND DESCRIPTION IWIM MULT. UNIT PRICE AMOUNT 2 2 2 2 24 FF20X18M346XF 2" X 18" F X MS FLEXHOSE (VENTS) 00712 ZZOOS UPC# 00712 ZZOOS JI-20X 2" INSERT, FLEX CONN. HEX 00001 ZZODZ UPC# 00001 ZZODZ JI-20R INSERT FOR 2" FRP PIPE 00001 ZZOB9 UPC# 00001 ZZOB9 FIT -3530 FLEXIBLE ISOLATION JACKET 00001 ZZOP8 UPC# 00001 ZZOP8 2 -GP 2" GALVINIZED PIPE (VENTS) 00004 ZZOJ7 UPC# 00004 ZZOJ7 EA EA EA EA FT 159.00 13.00 13.00 76.00 7.25 318.00 26.00 26.00 152.00 174.00 CODEtWLNM1ON * SUBTOTAL CONTINUED . STAR TM ernmAtI C. COMM COMPLETE F . FED/a1140 in MsucAKE O-MELTS...MT FREIGHT IN FREIGHT OUT MISC. CHARGE . . STATE• MOM TM MK F FACTOPY MNeuM I. IMMO MA MEMO n - PEMNO CVL TELE. CHARGE FREIGHT TOTAL ••"SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION•••• FED./OTHER TAX TAX PAYMENT REC'D. Customer Signature Sales Rep Signature ORIGINAL MEMBER lialioname 03496 BILL TO: Seti BA r rOuipmFNT c_ 1070 So. OaLepaao® Denver, CO 80223 Far 30.777.2324 Complete Haiee, Service, & Installation ® 303-777-2044 WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 SHIP To: QUOTE NUMBER 1027854-0000-01 WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMERP.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE ND. P 12 QUANTITY ORDERED B.O./WT. SHIPPED I DISP. REM CODE AND DESCRIPTION II WM MULT. UNIT PRICE AhlrUNT 2 1 1 1 1 23-0033 2" ALUM TANK VENT 00001 ZZO7F UPC# 00001 ZZO7F *MISC UNISTRUT, CLAMPS AND FITTINGS *TANK EXCAVATION/REMOVAL INSTALLATION/CONCRETE MATERIALS *TANK EXCAVATION/REMOVAL/ INSTALLATION/CONCRETE LABOR *918QB 1100 AA MORRISON QUAD CHANNEL TANK ALARM BOX, BATTERY POWERED W/ ROTATING BEACON EA EA EA EA EA 21.00 260.00 14150.00 21220.00 732.00 42.00 260.00 14150.00 21220.00 732.00 comum Mnox # SUBTOTAL CONTINUED - Part TAX 'man, c- COMM COMPLETE . TED /OTHER TAXMUCAIE 0.ryRECT SHPMENT FREIGHT IN FREIGHT OUT MISC. CHARGE • STATE S ROOM TAX Ml F . FACTLNY IMMIIM - MWICE MC(ORMUZ n.,ENwm rn. TELE. CHARGE FREIGHT TOTAL `***SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION•• QUOTATION**" FED./OTHER TAX TAX PAYMENT RECD. Customer Signature Sales Rep Sigwure ORIGINAL MEMBER • PEI 03496 BILL TO: IMIAOMED 1070 So. Oalacaaa Bt. • Deaver. CO 80223 Fax 303-777.2324 Complete Rain Bend. &Installation WELD COUNTY DEPT OF PURCHA 1150 O STREET GREELEY CO 80631 SHIP TO: QUOTE NUMBER 1027854-0000-01 WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMERP.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. I ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 12 QUANTITY ORDERED B.O.JRET. SHIPPED 1 OISP. ITEM CODE AND DESCRIPTION WM MOLT. UNR PRICE AMOUNT 2 1 1 1 1 23-0033 2" ALUM TANK VENT 00001 ZZ07F UPC# 00001 ZZ07F *MISC UNISTRUT, CLAMPS AND FITTINGS *TANK EXCAVATION/REMOVAL INSTALLATION/CONCRETE MATERIALS *TANK EXCAVATION/REMOVAL/ INSTALLATION/CONCRETE LABOR *918QB 1100 AA MORRISON QUAD CHANNEL TANK ALARM BOX, BATTERY POWERED W/ ROTATING BEACON EA EA EA EA EA 21.00 260.00 14150.00 21220.00 732.00 42.00 260.00 14150.00 21220.00 732.00 MMEMPUIATION * SUBTOTAL CONTINUED -STATE TAX AMMAR' C-Cg6SFR COYOTE . S171011144 Mt M4GetE n . MCI SIJPMFM FREIGHT IN FREIGHT OUT MISC. CHARGE .-STAlammA roust F. FACmAV MMMUM t. ntwa MACK Ceara aEruBA':v ct' TELE. CHARGE FREIGHT TOTAL FED /OTHER TAX k •••SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION•••• TAX PAYMENT RECD. Customer Signature Sales Rep Signature ORIC4INAI. MEMBER PEI 03496 BILL TO: 1070 Se. Galapago SG• Denver, CO 80223 flz 808-774-2824 Complete Bally, BNroMa. & Inst.nation II 303-777-2044 WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 SHIP To: QUOTENUMBER 1027854-0000-01 WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMER P.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 13 QUANTITY ORDERED B.O.IRET. SHIPPED I MIX REM CODE AND DESCRIPTION U/M MAT. UNR PRICE AMOUNT 2 1 1 1 1 *924S 1200 AS MORRISON 12" SS ADJUSTABLE LEVEL SENSOR (LEVEL PROBE) WASTE OIL/ANTIFREEZE *924LS 0150 AS MORRISON LIQUID SENSOR WITH 15' LEAD WIRE (INTERSTITIAL) *INBOUND FREIGHT MORRISON BROS *ELECTRICAL MATERIALS WELD COUNTY MOTOR POOL 1399 N 17TH AVE GREELEY CO *ELECTRICAL LABOR WELD COUNTY MOTOR POOL 1399 N 17TH AVE GREELEY CO EA EA EA EA EA 322.00 204.00 100.00 688.00 3000.00 644.00 204.00 100.00 688.00 3000.00 CCOE EXRANATiON 4 SUBTOTAL CONTINUED -sort TUE wtC U C- COFI4DEa CaMFLETE I . F®fTI8 TAX NR W E D . own 5MnATAT FREIGHT IN FREIGHT OUT MISC. CHARGE .- STATE a FEDERAL TAX MFL F. FACTOEa miximu1 i. YaMfl MCI MOM " • ETDOIo en TELE. CHARGE FREIGHT TOTAL FEO.roTHERTAx •"••SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION• • • • TAX PAYMENT RECD. Customer Signature Sales Rep Signature ORIGINAL MEMBER s 03496 BILL TO: .DAr 1070 So. Galapago St. • Denver, CO 80222 Fa z 303.777.2324 Complete Bales. Semen. l fnalattatlon ION WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 QUOTE NUMBS 1027854-0000-01 SHIP TO: WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMERP.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. ORDER DATE ( TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 1084 04/25/17 1085 E TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 14 QUANTITI ORDERED B. ETY SHIPPED q5P. ITEM CODE AND DESCRIPTION WM MULT. UNITPRICE AMOUNT 1 1 1 1 1 1 1 1 *MIS° PIPE AND FITTINGS FRP/(VENTS/FILLS) *PERFORMANCE/PAYMENT BOND *BALLAST TANKS *INBOUND FREIGHT MANHOLES *WELD COUNTY UST INSTALL PERMIT ** NO CHARGE ** *STATE UST INSTALL PERMIT WELD COUNTY MOTOR POOL *FIRE PERMIT TANK REMOVAL K1070E MISC. SHOP SUPPLIES KUBAT ZZOOH UPC# KUBAT ZZOOH EA EA EA EA EA EA EA EA 3725.00 975.00 852.40 177.00 200.00 375.00 5.00 3725.00 975.00 852.40 177.00 N/C 200.00 375.00 5.00 CODE EMANATION 4 SUBTOTAL CONTINUED . MIX TAX 4UUCASLE C.COWER Main TIG F. Ei01004N TAX eRM E o -GREET SnPmE FREIGHT IN FREIGHT OUT MISC. CHARGE .- SUIT a ROM TAX AFL F. FACTORY ~UM . MIAMI MACK MEMO n .NnUUJED cn. TELE. CHARGE FREIGHT TOTAL FED./OTHER TAX ****SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION**** TAX PAYMENT REC D. Customer Signature Sales Rep Signature rIRIflMAI NUMBER PEI 03496 BILL TO: Cq "BA [_VI_MF.NT O. COIMENSP 1070 So. Galnpaae St. • Denver, CO 80223 Fax 90&411.2824 Complete Sales Ban lae, & Installation ® 303-777-2044 Rill WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 QUOTE NUMBER 1027854-0000-01 SHIP TO: WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMERP.O. NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER S 1027854-0000-01 LSMN. ORDER DATE 1084 04/25/17 TAKER CUSTOMER P.O. NUMBER DATE 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. QUANTITY B.0.MET. ORDERED 1 SHIPPED INSP. ITEM CODE AND DESCRIPTION NONTAXABLE INSTALL FEE *EPA/ENVIRONMENTAL FEE UPC# KUBAT ZZOOQ *CONSTRUCTION LABOR KUBAT CONSTRUCTION LABOR UPC# ZZZZZZ00030 *SERVICE LABOR KUBAT SERVICE LABOR UPC# ZZZZZZ0002O *OVERTIME LABOR KUBAT OVERTIME LABOR UPC# KUBAT ZZ00O *MILEAGE REG MINIMUM MILEAGE CHARGE UPC# KUBAT 00540 *HAMMER DRILL HAMMER DRILL USAGE UPC# ZZZZZZ00270 UN MOLT. EA EA HR HR HR MI EA P 15 UNIT PRICE 11563.50 AMOUNT 11563.50 CCOE EXPLAN n0N . StAll 1*1 M11CYt • . 110.10051 TAX MlWtt . STAR 141.01241 TAN Mk S . YIIYCC SAM ORCQEO C . 10MAIN5 COILETF 0 -DIRECT SHIPMENT n- FMTOLY MINIMUM - MTLONF0 CYL. FREIGHT IN FREIGHT OUT 1 ""SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION}Me* Customer Signature Sales Rep Signature SUB TOTAL MISC. CHARGE TELE. CHARGE FREIGHT TOTAL FED./OTHER TAX TAX PAYMENT REC'D. CONTINUED ORIGINAL MEMBER PEI 03496 acvBAQUIPMFNj _ a annual - 1020 Ho. Oalnpago Ht.• Denver. CO 80223 Fax 903-277-2924 Complete Raley Yenlley ! InasaUarlon 303-777-2044 BILL TO: WELD COUNTY DEPT OF PURCHA 1150 0 STREET GREELEY CO 80631 SHIP TO: QUOTE NUMBER 1027854-0000-01 WELD COUNTY GARAGE 1399 N 17TH AVE GREELEY CO 80631 CUSTOMBtP.O.NO. TANK REMVL/INSTL ***QUOTATION******QUOTATION******QUOTATION******QUOTATION******QUOTATION*** QUOTE NUMBER SLSMN. I ORDER DATE TAKER CUSTOMER P.O. NUMBER DATE 1027854-0000-01 I 1084 04/25/17 I 1085 TANK REMVL/INSTL INSTRUCTIONS FRT. PAGE NO. P 16 QUANTITY ORDERED B.O.AtET. SHIPPED I per. ITEM CODE AND DESCRIPTION WM MULL UMT PRICE AMOUNT *WATER DISPOSAL WATER DISPOSAL $1.50 GALLON UPC# KUBAT NN001 *GENERATOR GENERATOR USE UPC# KUBAT ZZOOL *PER DIEM *DUMP FEE/SHOP SHOP DISPOSAL UPC# ZZZZZZ00360 *AIR COMPRESSOR AIR COMPRESSOR USE UPC# ZZZZZZ00010 EA EA EA EA EA CODE EXPLANATION 4 SUBTOTAL 83,577.40 1. STATE TAX APPLCABLE . CONSIDER COMnET i - FED OTER TAX AFFIICABEE 0. D@ECT SHIPMERT FREIGHT IN FREIGHT OUT MISC. CHARGE • STATE A FEC*ML TM NFL P. FACTORY MINIMUM I BALANCE BACA DOOM n. RETURNED Cl. TELE. CHARGE FREIGHT TOTAL FED./OTHER TAX "•"SEE ATTACHED TERMS & CONDITIONS WHICH ARE PART OF THIS QUOTATION•••• 0.00 TAX 0.00 PAYMENT RECD. 0.00 Customer Signature TOTAL AMOUNT DUE Sales Rep Signature ORIGINAL 83,577.40 TERMS AND CONDITIONS Acceptance. • This proposal, when accepted by the Buyer within the period set out in this contract, will constitute a bona fide contract between us. It is agreed that there are no promises, agreements or understandings, oral or written, that are not specified In this agreement. No waiver, alteration or modification of the terms and conditions of this contract shall be binding unless in writing and signed by the Seller. 2. Prices. Prices quoted are for acceptance within 60 days and, unless otherwise specified, are subject to change or withdrawal without notice after that date. Prices quoted are subject to adjustment to manufacturer's published list prices in effect at date of shipment unless specifically waived by quotation. Acceptance by mall shall be effective as an acceptance only when actually received by the Seller. 3. Change Orders. Any clup to the scope of work set forth In the contract must be agreed to by both parties in writing. The cost for change orders is additional to the contract 4. Related Work. Labor. materials and outside services for electrical, blacktopp, water and sewer work are not included in thb. contract unless specified. Anchors. foundations and Cathodic protection are not included in this nand Was specified. If concrete slab is placed and finished under this contract, the Seller is apt responsible for the slab if not protected from traffic by the Buyer for 7 days. Tank bold -downs and anchors may required if ground water or a flood plain exists and will require additional expense. SPCC plans if required are the responsibility of the owner. Registration of Tanks Is the responsibility of the owner. 5. very. Delipromises are contingent upon fires strikes, accidents, lockout, work oppagea war riot, availability of materials. acts of God. governmental action or don, and fiber causes beyond the seller's control. The Seller shall have no liability tor am delay, failure to deliver, toss or damage which might re therefrom. The Seiler will endeavor to maintain schedules, but can not guarantee to do so. Time for delivery shell not be of the essence of this contract. TheSeller is not liable for any loss or damages resulting from delay, howsoever caused or occasioned. Delivery, unless otherwise specified does not include unloading. The BBuyyaer shall omrpace eke a storage area available poto the Sellr. Any a relocation of equipment or installation materials from this designated CClaimsstl ibe at handled according i the iC C,/D.O.T.ccommon car i agreementsthe responsibility �w� out neces oily handled laimby Seller. carrier damaged equipment. S. Delays. delay in the progress of the work not caused by Seller or its subcontractors will result in an additional charge to the Buyer. 7 Payment terms are Net 15 days from the date of Seller's invoice. A deposjt may be required on all installation contracts. The Seller may require progress payments covering the cost of materials and the cost of labor. The cost of labor will be predicated upon the_percentage of completion of the contract The Buyer will be sent an invoice for the value of materials stored and/or for the value of work completed. The Buyer shall pay for the same within 15 days. 8. Interest and Attorneys' Feed. The Buyer agrees to pay interest at the rate of 1.5% per month on all sums owed to Seller. The Buyer agrees to pay the Seller's reasonable attorneys' fees and court costs named in collecting any sums due from Buyer and/or in enforcing any of the terms of this agreement. 9. Installation - Warranty. It Is understood that the buyer shall provide the Seller with full access to the job site and the Wallation location during the installation period. and the Seller shall not be responsible for delays caused by the Buyer's failure to provide such access. The Seller shall perform all the work for the installation of the and materials covered by this contract in a � and workmanlike manner a accordance wlth'Seiler s normal �edures and Seller warrants that its equipment will be free from defects for a period Cora (I) year from the date of substantial completion of the installation. Buyerts remedy shall be limited to the repair and/or replacement of the defective workmanship. Seller's liability for healletlonl.s egoovveemmed by the terms of this and shall not include claim based on strict liability, negli breach of warrwy c other theory of lability. INNO EVENT SHAL LL LIABLE FOR AaW V''SPECIAL, INCIDENTAL DR CONSEhUENTIAL DAMAGES t a understood that the Buyer has submitted no specifications regarding the mamer of Bteedomance of this contract, unless o&awise specified in this contact. 10. Bou�mart- Warranty. SELLER MAKES NO REPRESENTATION OR WARRANTY EITHER EXPRESSED OR IMPLIED WITH RESPECT TO THE EQUIPMENT AND MATERIALS SOLD UNDER THIS CONTRACT AND SELLER SPECIFICALLY DISCLAIMS ANY WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A PARTICULAR PURPOSE. To the extent permitted by the terms of any agreements with the manufacturer, Seller hereby assigns to Buyer all manufacturer warranties express or implied. issued on or applicable to the equipment and materials sold under this contract. II. Limitation Period. No action, lawsuit, claim or proceeding, regardless of the theory, nature or form, in anyway arising out of the transactions under this contract may be brought b Buyer more than one (I) year Mane cause of action has accrued. 12. on quotations are based on normal soil conditions. In the event any underground structures cables, conduit, debris, rock shale water, running sand, concrete structures, utilities manholes or similar non -visible obstructions are encountered, d or d ged during the orma ce of the contract the Seiler Mail not be heldrespmmible. In case of winter work. frost removal Is not included unless spedfed"in this coma Should any non -visible obstructions or unforeseen underground conditions be encountered. removed or destroyed, and if additional work is necessary to either preswe or destroy theeccomtraati unless and complete addes excavation, to be onestablished annddvverifedshall be at the by the Buyer. This expense shall Mechanical nocacaseeeexxceeeddibeeIs erxWinng rraate scaale dfor in labor and materials had the quotation been based on labor and materials. If it becomes necessary for Seller to abandon the site of excavation, any expense incurred for work performed shall be borne by Buyer. IS. FloaTheBuyyTanks. responsible for filling all underground storage tanks with product for ballast immediately upon setting tanks in excavations. The Seller shall notify the Buyer when product will be needed. The Seller shalfnot be responsible for contamination or loss of product used for ballast. In the event the tank is not filled as requested, the Buyer accepts responsibility for damage that may occur fran tasks floating because of underground water or run off water resultingfrom weather, and accepts the expense for equipment. Tabor and materials to reinstall tank. 14. Special -Fear. Unless otherwise stated, no provision is made on this contact for special fees permits licenses, etc. If Seller is requested to furnish same, such charges will be added to the contract price. The Buyer shall furnish all surveys necessary for proper installation. Easements for permanent structures of permanent changes In existing facilities shall be secured and paid for by the Buyer. 15. Indemnity Clause. The Buyer agrees to hold the Seller safe and harmless against aloes and from all liability, claims. demandls or suits for: (al bor dily and/or property b rfor dlf rg out oon the work unthe Buyer, by Sello, in whole or part to conditions, acts or oents and/or subcontractors. and ommissions donng out of e r permitted by no matter lby except performed 'orated for and behalf ofthe Buyer. whetherW m not due m for a Bahian as o covered by the mare's from he's anu ciao sale o god dy alleged or actual 1ewnt pane of e c copyrights or trademarks, awieither d. r c or foreign, inostag float the manor -Wan heed to h and/orSBuyer m in accordance with pauera.�dWga, specifications, drawings, an directions. of L, or technical information or data furolshed to the Seger by the buyer. 16. Title risk of Rios of including LaiFultransportsBuyer the Iriit possess ent item of equipmentareand losses hill remain pass in Selleruntilthey e equipment and/or materials seprice. the n the event the he. Buyer e to and buyer pays the es impaired p red o n sf rho does cot pomnabl p any ine , due a Selleevent t e iu er evl t Bin Borer's ercoitn it fl or obi ra ions f tltyhis ceoomes then th unsatisfactory madactos (asle the , eae dent immediate determine), or a else event the uYer fails to enen ry tilr or vImpteq a Oas contract, at t the Seller may, . at evMion dement and without t payment s cash before makingthe delivery uyer. suspend until cog en aid assurance (nu flat it will be paid,eachvandalism event lwithout notice and watonrl airy liability whatsoever o the Buyer. stheresulting ggoruvinerg tot lea term any o and oee tthe iaaana ler's co vmdon eq dpcen toe iggdmnp a nsnts necessaryuua to cover any losses cpfor to the forage losses or used m e ll site Seller's an3wt.It is emect or the equipment to be e pursuant to this contract. suthoesuch loss or which s ot =MI by Seer. employees employeesoragents.Itspecifically thattheBuyer shallresponsibleanylosscausedits or agents. 17. Taxes. No Federal. ral. State or local taxes are included in this contract unless specifically so stated, and will be extra If applicable. 18. Governing Law/Juriediction. This contact and the dealings between the Buyer and Seller are to be governed by the law of the Sate of Colorado. Exclusive jurisdiction and venue for any action to enforce or interpret any of the terms of this contract, or to litigate any claim arising from the dealings of the Buyer and Seller, shall be the state district court for the City and County of Denver. State of Colorado. 19. Waiver of Jury Trial. To the maximum extent permitted by law. Buyer and Seller hereby mutually waive any and all rights that they may have to trial by jury, and agree that any dispute shall be tried to a judge. 20. Errors. Stenographic, clerical, typographical and mathematical errors made be Seller on quotations, acknowledgements or invoices are subject to correction. 21. Pollutiar Clause. This contract does not include the cost of removal, hauling or disposal of polluted or contaminated soil or materials unless specifically stated in the contract. I ti)o o tzi 0 brj> L r ti 0 ANddW00 ONIa13M NN3a0W IAM R PRIMARY TANK r -2 J Y 0 i r aVTOO 0wa dad ,&NVdWOO ON1013M NZJ340W L" Glasteel II LIMITED WARRANTY Manufacturer warrants Its underground tanks, if installed within the continental United States of America, Alaska, Hawaii and the Commonwealth of Puerto Rico or Canada, in accordance with the installation instructions within 90 days from the date of delivery from manufacturer*, as evidenced by the return of the completed installation checklist within 30 days of installation, and maintained in accordance with the Installation Instructions end as recommended in PEI/RP 900: a) will meet published specifications and will be free from defects in materials and workmanship for a period of one (1) year following date of shipment; b) will not fail for a period of thirty (30) years from the date of original purchase due to external corrosion; and c) will not fail for a period of thirty (30) years from date of original purchase due to internal corrosion, provided the tank Is used exclusively to store gasoline, El0 (90% gasoline and 10% ethanol mixture), E15 (85% gasoline and 15% ethanol mixture) E85 (15% gasoline and 85% ethanol mixture) jet fuel, diesel fuel, 100% methanol, 100% ethanol or kerosene at ambient underground temperatures; or to store fuel oil at temperatures not to exceed 120 degrees F. MANUFACTURER'S LIABIUTY UNDER THIS WARRANTY SHALL BE LIMITED TO THE ORIGINAL OWNER OF THE TANK AT THE ORIGINAL INSTALLATION LOCATION ONLY AND, AT MANUFACTURER'S OPTION, TO: a) REPAIR OF THE DEFECTIVE TANK b) DELIVERY OF A REPLACEMENT TANK TO THE POINT OF ORIGINAL DELIVERY OR c) REFUND OF THE ORIGINAL PURCHASE PRICE: MANUFACTURER SHALL NOT BE UABLE FOR ANY LABOR, INSTALLATION OR REMOVAL COSTS, INDIRECT OR INCIDENTAL OR CONSEQUENTIAL DAMAGES, OR ANY OTHER COSTS OR DAMAGES IN CONNECTION WITH SUCH TANKS. If the tank is not installed within 90 days from the date of delivery from the manufacturer, the tank must be re -certified by the manufacturer prior to installation. In the event of a natural disaster including but not limited to flooding, windstorm, earthquake, earth movement, volcanic action or other act of God, or in the event of fire, explosion, vandalism, act of war or civil unrest resulting In damage to the tank or installation site, manufacturer's warranty shall be null and void. THE FOREGOING CONSTITUTES MANUFACTURER'S EXCLUSIVE OBLIGATION AND MANUFACTURER MAKES NO EXPRESSED OR IMPUED WARRANTIES, OR ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR ANY PARTICULAR PURPOSE WHATSOEVER, EXCEPT AS STATED ABOVE. 112013 Act ve CERTIFICATE OF LIABILITY INSURANCE DATE(I2/DDITYYY) 5/12/2017 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 POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(8), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subbed 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 endorsementla). PRODUCER Moody Insurance Agency, Inc. East Tufts Avenue Suite 1000 Denver CO 80237 IOArt Leigh Pullen P (303)824-6600 IIAIC.N41:FAX (303)370-0116 Ea*8055 elto. _DOREIM.leigh.pullen8moodyins.com INSURER(*) AFFORD NO COVERAGE NA)C 0 Palma A:Homeland Ins co of NY 34452 INSURED Rubat Equipment & Service Company, Inc. (XESCO) ICESCO Enterprises, LLC 1070 S Galapago St Denver CO 80223 INSURER BCincinnati Indemnity Company 23280 INSURER C:Pinnacol Assurance 41190 INSURER 0: INSURERE: IN4lIRERF: COVERAGES CERTIFICATE NUMBER:16/17 w/Forms G Pollution 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. TYPE OF INSURANCE ADOi WEDW SU V�D I POLICY NUMBER � MijeY _ LIMM X COMMERCIAL OEMERAL LNBIUTY i EACH OCCURRENCE $ 1,000,000 A -I CLAIMS -MADE X OCCUR PRE 1 $ 100,000 X Collapse, Explosion, X Y 7930040310001 12/1/2016 12/1/2017 fMED EXP (Any ens I m o) S 5,000 Underground Included Additional insure! status PERSONAL IIADVINJURY $ 1,000,000 GENt AGGREGATE LIMIT APPLIES PER. applies only to the extent GENERAL AGGREGATE $ 2,000,000 POLICY X j JPtCa& LOC provided in fore PRODUCTS - COMP/OP AGG S 2,000,000 OTHER: OEIQNCB301 02-11 8 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea am:Wm0 s 1,000 , no B X AUTO BODILY INJURY (Per person) S 1ANY ALL OWNED UTOS —SCHEDULED AUTOS zB,A0219301 12/1/2016 12/1/2017 BODILY INJURY (Per =mono f H R£DAUTOS -� NON-0WNED DAMAGE S ---- S X UMBRELLA UAB X OCCUR EACH OCCURRENCE S 5,000,000 A EXCESS LAB CLAIMS -MADE AGGREGATE $ 5 000,900 DED I X IRETENTION$ 0 7930010320001 12/1/2016 12/1/2017 S WORXEAS COMPENSATION LIABIUTY - STATUTE OW- AND EMPLOYERS' YIN ANY PROPRIETORIPARINERIEXECUTNE I N /A E.L. EACH ACCIDENT S 1,000,000 C OFFICERMELIBER EXCLUDED?4119181 (mandatory in NH) I 12/1/2016 12/1/2017 EL. DISEASE - EA EMPLOYEE $ 1,000,000 DEStiRIIPPTT?0 OF OPERATIONS below EL DISEASE - POLICY LAAII $ 1,000,000 A Pollution Liability 7930040310001 Deductible: 85,000 12/1/2016 12/1/2017 Ocarance $1,000,000 Agpre9ate $2,000,000 DESCRIPTION OF OPERATIONS / LOCA710Ns I VEHICLES (ACORD 101. mesons! Remarw Schedule, may be @Backed 1 mom specs I. required) Wield County Dept of Building S Grounds is named as additional insured with respect to general liability as required by written contract. CERTIFICATE HOLDER CANCELLATION Weld County Dept of Building & Grounds 11O5 H Street Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTROMZEO REPRESENTATIVE Leigh Pullen/LEIPUL'u ACORD 25 (2014/01) INS025 otvim 11 ® 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number: 793-00-40-31-0001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) AGGREGATE LIMIT This endorsement modifies coverage provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Designated Construction Projed(s): WHERE REQUIRED BY WRITTEN CONTRACT Total Designated Construction Project(s) Aggregate Limit: $ 6, 000, 000 A. For all sums which the insured becomes legally obligated to pay as damages caused by occurrences under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the SCHEDULE above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Section I - Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard, and for medical expenses under Section I - Coverage C regardless of the number of: a. Insureds; b. Claims made or suits brought; or c. Persons or organizations making claims or bringing suits. 3. The Total Designated Construction Project(s) Aggregate Limit shown in the SCHEDULE above is the most we will pay for the sum of all damages caused by occurrences under Section I — Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to ongoing operations at designated construction projects. OBENV GL 324 (07 13) Includes cepydghted material of Insurance Services Office, Inc. Copyright 2013, OneBeeccn Insurance Group LLC E•INSURED Page 1 of 2 4. Any payments made under Coverage A for damages or under Coverage C for medical expenses will reduce the Designated Construction Project General Aggregate Umit for that designated construction project. Such payments will also reduce the Total Designated Construction Projects) Aggregate Limit shown in the SCHEDULE above. However, such payments will not reduce: a. The General Aggregate Umit or Policy Aggregate Limit shown in the Declarations; or b. My other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the SCHEDULE above. 6. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit or Policy Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by occurrences under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the SCHEDULE above, any payments made under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C will: 1. Reduce the amount available under the General Aggregate Limit and Policy Aggregate Umit shown in the Declarations; and 2. Not reduce any Designated Construction Projects Aggregate Limit or the Total Designated Construction Project(s) Aggregate Limit. C. If the applicable designated construction project has been abandoned, delayed or abandoned and restarted, or if the authorized contracting parties deviate from plans, blueprints, specifications or timetables, we will deem the project to be the same construction project as it was originally listed in the SCHEDULE above. All other terms and conditions remain the same. OBENV GL 324 (07 13) Includes copyrighted materiel of Insurance Services Office, Inc. Page 2 of 2 Copyright 2013, OneBeacon Insurance Group tic Policy Number: 793-00-40-31-0001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION - FORM I This endorsement only modifies coverage provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS ENVIRONMENTAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization for which the Named Insured has agreed to provide insurance prior to loss as provided by this policy but only to the scope of insurance agreed to by the Named Insured. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) A. SECTION II - WHO IS AN INSURED is amended to include as an insured the person or organization shown in the SCHEDULE above, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to bodily injury, property damage or environmental damage occurring after: (a) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (b) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project All other terms and conditions remain the same. OSENV GE 301 (0211) Includes copyrighted material of Insurance Services Office, Inc. Copyright 2011, Oneaeacon Insurance Group LLC E•INSURED toll Policy Number: 793-00-40-31-0001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement only modifies coverage provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS ENVIRONMENTAL LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization for which the Named Insured has agreed to provide insurance prior to loss as provided by this policy but only to the scope of insurance agreed to by the Named Insured. SECTION IV - CONDITIONS, 13. Transfer of Rights of Recovery Against Others To Us is deleted and replaced with the following: 13. Transfer of Rights of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this policy, those rights are transferred to us. The insured must do nothing to impair them. At our request, the insured will bring suit or transfer those rights to us and help us enforce them. Any recovery will be paid first to us until all amounts we have spent on a claim or suit have been reimbursed. The insured expressly waives the right to be made whole by any such recovery. We waive any right of recovery we may have against the person or organization shown in the SCHEDULE above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products -completed operations hazard. This waiver applies only to the person or organization shown in the SCHEDULE above. All other terms and conditions remain the same. OBENV GE 320 (04 11) Includes copyrighted material of Insurance Services Office, Inc. Ccpydght 2011, OneBeacon Insurance Group LLC E -INSURED tort DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 3, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Underground Storage Tanks Replacement; Bid #61700086 As advertised, this bid to replace two underground storage tanks that failed their pressure test. The low bid is from Kubat Equipment and Service Company and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Kubat Equipment and Service Company in the amount of $83,577.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director S/ to aoI1-tt5c, epc,00tct 0 0 O 0Ign gl (7096@ «t9� =ooto ��®k§ 2§�S7 $�kt/ Jf;e� =E!s 0 0 0 e } � 16. k§ �( k§ w0 0 2 Ca I - z w 2 w, \ -\ a ■ z �E w §§ w< /� 0/ §) 0 GG N000NN /))k§� NW5aci« -JOu_0.2 EZk014� <�pa§l- aozz«d wW-JO_J Ei-2U)z> oaQ8Luzo i-O±§2a O Omm< 0 w > 0 co CD / 16, S P6 P6 I II N 0 / N 0 k to § § N N. ar co ] q a >M r6 Wk°® 00 WUCo ■ N »o >© a■mo ■u w<0 5O.4O wm wwa z%i k§2 o■ zu� z« <50> «o oow mizoz Mgt) wto> 2220 O2IL W"sS **CONTAMINATED SOILS TOBY TAYLOR WILL REVIEW THE BIDS.
Hello