Loading...
HomeMy WebLinkAbout20151626.tiff = 'D" REQUEST FOR BID 4 ,,� WELD COUNTY, COLORADO 1150 O STREET `- 6® GREELEY, CO 80631 r, " r DATE: MAY 8, 2012, BID NUMBER: #B100129 !AP irpt VV_,' ;-fe. . • DESCRIPTION: DEMOLITION SERVICES- 1024 91" AVE BLDG DEPARTMENT: BUILDINGS & GROUNDS DEPT MANDATORY PRE-BID CONFERENCE DATE: THURS - 5/28/15 @ 9:00 AM BID OPENING DATE: 6/4/15 @ 10:30 AM **UPDATED SPECS** 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: PEMOLMON SERVICES - 1024 9TH AVE BLDG. A reanclatory pre-bid conference will be held at;9 on Thurs. n.- 'i. Please meet g the 1024 9th Ave bldg. Bidders must participateand:re rd their presence et hepre4d confers to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department In the. Wild of r. Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Juri.LejilMANO add Court* PurchasingTlme Clock). PAGES 1 - 8 OF THIS REQUEST FOR. BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTIIE.D IN PAGES 1 -8 MAY BE APPLICABLE FOR EVERY PURCHASE, BID SPECIFICS FOLLOW PAGE 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 bid information on the Weld County Purchasing website at http://wvvw.co.weld.co.us/DepartrfientalPgrchatilitiiindeX.html located under Current Request for Bids. Weld County Government Is a member of the Rocky Mountain E-Purchasing System. The Rocky Mountain E-Purchasing System (BidNet®) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. ,Bkinalivery to Weld County- ..3 metho s 1 . Email. Emailed bids are preferred. Bids may be emailed to: bids @ w e I d g o v . c o m . 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 proposal. BID REQUEST #81500129 - Page 1 6C -/36‘77) eAnoshoit Ciettctg- -aq-0101 pure mwi ) a - t(a_ 10 . 30 � 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile:"I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. 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 970-336-7225 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 Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract,with the contract date being the date of signature by the Chair of the Board of County Commissioners. BID REQUEST#B1500129 Page 2 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 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., with regard to public records, and cannot guarantee the confidentiality of all documents. 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. BID REQUEST#B1500129 Page 3 D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorneys 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. BID REQUEST#B1500129 Page 4 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. 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 BID REQUEST#B1500129 Page 5 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 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. BID REQUEST#81500129 Page 6 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 forthe 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 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. 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 successful bidder. 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 theprovisions of the Agreement, or on account of or in consequence of neglect pY 9 q 9 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. BID REQUEST#B1500129 Page 7 Toes 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: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of$1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non-owned vehicles used in the performance of this Contract. Pollution Liability: The successful bidder shall indemnify, hold harmless and, not excluding Weld County's right to participate, defend, Weld County and its officers, officials, agents and employees (as "lndemnitee")from and against any and all demands, claims, complaints, losses, damages, actions or causes of action, assessments, liabilities, costs or expenses including, without limitation, interest, penalties and reasonable attorney's fees and reasonable expenses of investigation and remedial work (including investigations and remediation by engineers, environmental consultants and similar technical personnel) asserted against or imposed upon or incurred by lndemnitee arising in connection with, or resulting from, any Environmental Law, including but not limited to, any use, generation, storage, spill, release, discharge or disposal of any hazardous substance that is now or comes to be located on, at, about or under the property or because of, or in connection with, the violation of any Environmental Law (hereinafter collectively referred to as "claims")to the extent that such claims are caused by the fault of the lndemnitor, its officers, officials, agents, employees, contractors, volunteers, tenants, subtenants, invitees or licensees. As used in this section: (a)"hazardous substances" are those substances defined as toxic or hazardous substances, pollutants, or wastes by Environmental Law and the following substances: gasoline, kerosene, or other petroleum products, toxic pesticides and herbicides, and radioactive materials; asbestos or formaldehyde, (b) volatile solvents, materials containing y , "Environmental regulations, including common law, that means federal, state or local laws and Law" relate to health, safety or environmental protection; and (c) "fault" means those nonculpable acts or omissions giving rise to strict liability under any Environmental Law pertaining to hazardous substances, as well as culpable conduct (negligence or willful misconduct). In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against Weld County its officers, officials, agents and employees for losses arising from the work performed by the Contractor for Weld County. The Policy shall include coverage for on and off-site cleanup of known and unknown new and pre-existing conditions, claims resulting from bodily injury, property damage, or cleanup costs associated with a pollution condition from the transported cargo. The policy shall provide for cleanup costs when mandated by governmental entities, when required by law, or as a result of third-party claims. 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. BID REQUEST#B1500129 Page 8 The successful bidder warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss $ 2,000,000 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#B1500129 Page 9 SCOPE OF WORK AND PROPOSED PRICING; This bid is for the demolition of the building located at 1024 9t Avenue, Greeley, Colorado. This is a turn-key demolition project to remove the building and all foundations to facilitate the installation of the new parking lot. This building demolition will include the following: Demolition and removal of building, structures and foundations. 1. Demolition and removal of site improvements 2. Demolition materials are to be removed from site and disposed of in accordance with applicable directives. 3. All trees/shrubs are to be removed and disposed of. 4. Removal of below-grade construction and utilities. 5. Fees for permits through Weld County will be waived. 6. Disconnect, seal and cap the utilities in accordance will local codes. 7. Removal of sewer line back to property line is required. Inspection/certification by Greeley Water and Sewer for abandon/decommission is required. 8. Storage or sale of removed items or materials on-site is not permitted 9. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 10.All hazardous materials (to include refrigerant) must properly be removed, evacuated, and disposed of by contractor during demolition process. 11. Refrigerant shall be removed, stored and disposed of in accordance with regulations. 12. Locate, identify, disconnect and seal/cap off utilities serving the buildings to be demolished. 13.The remaining hole in the site pad will be left(not backfilled). However the hole shall be sloped to mitigate any hazards. 14. Conduct building demolition and debris removal operations to ensure minimum interference with roads, streets, walkways, and adjacent occupied facilities. 15.Anticipated bid award and start day is June 24, 2015. Please provide your finish date. 16. The attached Purchasing contract is anticipated to be entered upon award of bid. 17.All materials from the site shall be disposed at approved recycling and/or disposal facilities. 18. 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 the removal and disposal of solid and hazardous materials. 19. "* ° . �x PRICING: TOTAL COST OF PROJECT: $ Al q, a s o FINISH DATE 3 d watoT PLEASE PROVIDE THE NAME AND LOCATION OF ANTICIPATED RECYCLING AND/OR DISPOSAL FACILITY(S): o"fr LIMA ii i C Z. ;2 g Kifilef#e• f/tit; 614).Stiwki Pock BID REQUEST#61500129 Page 10 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1500129 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM A_12.1 � A�1<-- _rUc BUSINESS 4 ADDRESS r-f '16-1 C U 1 { CITY, STATE, ZIP CODE hv. O /1) f� � C�n 6 1114 TELEPHONE NO 17D 3s a 70 (I, FAX CT 7() ��a alb /S TAX ID # 3a) 7 PRINTED NAME AND TITLE I)A o s b 1) & ) 0'1 U / 6 1.� )7Re:�►d��.U'>� c J SIGNATURE CL /4/ 4.7...Z..4 E-MAIL .� e ti"v.� � � i �' y wlii 4 l f DATE ;4 ( 1 f\} **TFIE 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 - 8. ATTEST: ) o• �K�D���-/.� BOARD OF COUNTY COMMISSIONERS Wel ounty Clerk to the Board WILD COUNTY, O ORADO BY: D pUty Clerk o thYOX-4:01- oar•Ae. �►4 rbara Kirkmeye , Chair F j N t 9 2lri: l ,gyp, • PPROVED AS T SUBSTANCE: p,4k~ ~NO -. .� al or Depa • er�head A_ �A� PA Director o G eral Servi es BID REQUEST#B1500129 Page 11 020/s-/G o2" IIIIIIMINNIMIIIMIIINIIIMNIIIIININIMNIIMIIIIIIIIIIIIII } b/dd/210.15 15:Dµ Remote 1U Kemote 1L u ca 91 u I DATE P1MA)0/YYYYJ .d► ��►- CERTIFICATE OF LIABILITY INSURANCE 06/22/2015 4cc THISCERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERISI, AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the!c.tt ete holder':'is en ADDITIONAL INSURED,the policy( must be altdorsed. 4'SUBROGATION IS WAIVED.subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of Much ehdOrsereetet(4 PRODUCER 1-303.534-45x67 INA, Inc. - Colorado Division ��Ifirk 1705 17th Street a: denaccounttechasimaeorp..ccm Suite 100 INRUNINGINAPPORDINGNGVERAGE PIANODenver, CO 90202 �INSURERA: PINNACOL ASSUR 41190 INSURED INSURER B Agritrack, Inc. 9tsll c: iNSURERDc c/a OnsPoint IRO LLC 10303 S. Dry Creek Road, Suits 400 INsUREREC Englewood, CO 90112 - FUSE:_ COVERAGES CERTIFICATE NUMBER:44124197+ 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 INUICAI tO. NUI WI'Hsi ANUINU ANY REQUIREMEN 1, I ERM OH CONDI I ION oh ANY CON I RAC I UR U I HER UUCUMEN I WII H RESPEC I I U WHICH I HIS CFRTIFICATF MAY RF IRRtIFn OR MAY PERTAIN.THF INSIIRANt:F AFFORFIFO RY THF POI ICIFS IIFRGRIRFFI HEREIN IS SI IR.IFCT TO Al I THE TERMS„ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. it* IR10t ,: I: LIMITS.. TYPE OF INSURANCE. i2 BI9a POLICY NUMII ER 31 '!Y�'YI• - W COMMERCIAL GENERAL LIABILITY =ACM OF:C,URRFNcF S CL AIMS-MAD:. I OCJ11R 'R c ccarrneuit... $ VED EX=yA-0 ere Detour) $_ ERSONAL 3 ACV INJURY. $ °EN:LAGG7EGA-E LIMIT AP=LIESPER: ZENERAL AGGREGATE $ 'CLICY J JECT LOC ROD-CTS-COUP/OP A(3'3 S i i.![IIEw rilEC11Jl LiY11 f AUTOMOBILELIABILRY i aosewle` 900ILY INJURY(Pet persona $ ANY All-0 --_ ALLOW\CU " scI ICUUL=U EC0I.Y INJURY(Per ecedd.nd 5 .4UTUE AUT-S aA4Pgb'Fv" ,E NON-GINNED !PxYterket S -114t 13 Atli Oa ..r AUT•45 .- -. i UMBRELLA LIAR OCCUR EACH OCCURRENCE $ — EXCESS UAM CLAIM&MADE AGGR_GATE x I'M I I I RFTFN ON4r -:... r. CTH• A WORKERscOMPENSATION 4097001 05/01/15 05/01/16 X.�P_R s-AT.,TEI I=.R AND EMPLOYERV LIABILITY ANVPROPRIETOR/PART\ER/aXECUTIVi Y,N _._.tAt:HAliGDtNI ,$ 500,000 0--ICtIUMLmieRtXCLUULU? Y N!A ?...OjSEASE-EAEVPLOuEE $ 500.090 (Mandalay k'NH) Voce,dear:the under V _,_,Ul5CA5=-COLICY LINNT $ 500,800 Es;RIPTION OF GPERATIONS bslov, 'WC - If Yes Company owner Is) DESCRIPTION OF OPERATIONS l LOCATIONS!VEHICLES(AC ORD 101,Additional Remarks Schedule,my be attached If more space Is required) CERTIATE HOLDER CANCELLATION SHOULD ANY CF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County Building and Grounds Department THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Toby Taylor 1105 I Street AUTHORIZED REPRESENTATIVE 0,00 Greeley, CO 80532 USA '" I ID 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD ewalker 44284182 Jun. 11. 1015 j : 55NM Na. 1O14 r. I OP la t_N ' 1 ACCPICCV CERTIFICATE OF. L ABIL. TY VSU RA oI►TrI-psora»rrYn THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOER NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER.,AND THE CERTIFICATE HOLDER. -4 r� . IMPORTANT: It the certificate holder Is an ADDITIONAL INSURED, the pollcyllesl muttbt endorsed If SUBROGATION IS WAIVED, subject to the term.and conditlone of the policy, certain policies may require art endorsement. A statement on this certificate does not confer NM*to the certificate holder In lieu of such endorsomenlls). ... . PRocUcaR •• .: :. .. PFS Insurance© -NC fro -. PO 8ok 2671:1.14 WOO 3►d Ave - - . _ .. Mak% _ _ Yuma,CO Travis McCt!n1`II 11 ,r'`, .1. , ,erAOR T- • IN5UREItEi MFQRDIHO COVERAtIE , HAICA , INWRgo Agritreck, Inc. map(A!EMC insurance Companies 21416 Kersey Sales & Rentals, Inc. ItlatMacAcs 27451 Weld Cty Rd. 388 Kersey, CO 80044 ulrllSatto' INSURER OI 1: b, , Iijal 7:t 'COVERAGES CERTIFICATE NUMBER*. REVISION Nougat 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. EXCLUSIONSANW CONDIT]ON8 OF BUCHPOoilUCIE4.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE or INSUNANOS ? ME • POLICY NUMA II LiMITe GENE Lu INUTY EACH OCCURRENCE ; 1rOllotook �OX66866 07/1512014 0711 X016 1°` ° - e.. 100,OO0 A X.?COMA GENERAL LIABILITY � I ; , f_' .. 1 , _. CWMsMADa: 11 OCCUR ' MAT ,I�AED axP LnIgr,��+� _. 'PI `, BT AwlINSURED PERSONAI,,iN K Y s 1,000,000, ' aLKT WAIVER OF SUB 2,000,000' . . r._ GENERAL i PRODUCTS-COMP. AGG Z,0u0 000 IrAola6IIIi'II�.'uraYrtltI't:R ''9p 1 I YIi ■ttg .. Led' . I _ AUVOMOIILI umsurf COMBINED!meta LIMIT $ 1,004,00N ,_,, - ,tax`as� o7/1w2o14 o7r1�1za1r3 Y(t:.saia�ll : A . ::X �,vlr Auto �.,, P eoo+LYnNuaY Po oM•a+) :s , M.I.OWNED AUTOS BODILY INJURY pay spaNsnil 5 • ti..:c. SCHEDULED AUTOS PROPERTY DAMAGE X taRW AUTOS (PER AOC$0 NT) X wow-owweo AUTOS 4 $ .UMassLEA LIAR OCCUR EACH OCCURRENCE $ . x 533 LIAR cLA1Ma-awi*1 NIA AGG E TE DEDUCTIBLE ; alrj ,Ptl 4 .. • .. . Si.:: _ .r +WORK(RS COMPENSATION TATti-I AlfAND EMPLOYERS LIABILITY Yl It I _i ANY PROPRIETONPARTNENEX.EC OWE I i N I A WA '£.L BAN ACCIORNY . .1 E oFE1CSR mgmasR GXCLUOEO? L_J .I$indstrry In NH) R.L.D1=E1S6-FA 5MPLoYEE N r .. +iwttA��a des PTIONQQF-OPEMTIONS WAN - -.-. -..._. .. si.S.L,DISEASE-POLICY LIMIT�E A Inland marine OXOSSSS . 07f 512014 0711512015 DED 600 OfSCRIPTION OF OPERATIONS 1 LOCATION 6/VEMICLES (APJSR AOORD 101,AMEeMI NsrwIia Medea.IM em epistle ttgvt ed) CfRTIF(CgTZHt,N.pER _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County Building & Grounds Department _.,... M IT IORIZEDII PRESENTATIVE Toby Taylor Travis McConnell 1105HStreet iGreeleV. CO 80532 019014009 ACORD CORPORATION. All r`olhta r served. ACORP) 25 (2008109) The ACORD name and logo are registered marks of ACORD X861 DEPARTMENT OF BUILDINGS AND GROUNDS 1 Oki �— ��� PHONE: (970) 304-6531 v171 L /�9 �� FAX: (970)304-6532 G O U N T y -- WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 18, 2015 To: Board of County Commissioners From:Toby Taylor Subject: Demolition Services; Bid #61500129 As advertised, this bid is to perform demolition services at the property located at 1024 9th Avenue, Greeley, CO. The low bid for the project is Agritrack Inc. Therefore, Buildings and Grounds is recommending the bid be awarded to Agritrack Inc.for$47,250.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director /�. 020/,1.. /lo.Z(v 4&0b r? WELD COUNTY PURCHASING 1150 O Street Room 107, Greeley CO 80631 '86'r E-Mail: mwalters@co.weld.co.us E-mail: reverett@co.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 J �J Fax: (970) 336-7226,Lc_0u 1 _c DATE OF BID: JUNE 4, 2015 REQUEST FOR: DEMOLITION SERVICES - 1024 9T" AVE BLDG DEPARTMENT: BLDGS & GROUNDS DEPT BID NO: #61500129 PRESENT DATE: JUNE 8, 2015 APPROVAL DATE: JUNE 22, 2015 VENDOR TOTAL COST FINISH DATE AGRITRACK INC $47,250.00 30 WORKING DAYS 27451 CR 388 KERSEY CO 80644 DURAN EXCAVATING INC $48,000.00 10 DAYS 14332 CR 64 GREELEY CO 80631 T-BONE CONSTRUCTION INC $73,809.00 JULY 22, 2015 1310 FORD ST COLO SPRINGS CO 80915 AMERICAN DEMOLITION INC $75,700.00 30 DAYS ARO PERMITS 7100 BROADWAY ST SUITE 5K DENVER CO 80221 PROPERTY ASSURANCE CO $79,990.00 4-6 WEEKS ARO PERMITS 3858 SOUTH KALAMATH ST ENGLEWOOD CO 80110 TOBY TAYLOR WILL REVIEW BIDS. 2015-1626 k`S 6G Db�'a- Hello