request for bid larimer county colorado 200 west oak street, suite

advertisement
REQUEST FOR BID
LARIMER COUNTY COLORADO
200 WEST OAK STREET, SUITE 4000
FORT COLLINS, COLORADO
BID NUMBER:
12-25
DESCRIPTION: Dasher System
CLOSING DATE: August 17, 2012
Please bid DELIVERED PRICES on the following Goods or Services. No bid is contingent on the purchase of
all items listed. The right is reserved to reject any and all bids or parts thereof. Prices and terms shall remain
in effect for 30 days from date of opening.
The Board of Larimer County Commissioners will be receiving sealed bids at the office of the Purchasing
Director, Larimer County Courthouse, 200 West Oak Street, Suite 4000, Fort Collins, CO, 80522, up to 2:00
P.M. (our clock), Friday, August 17, 2012 at which time they will be opened considering the purchase of a
dasher system for the Larimer County Fairgrounds’ (The Ranch) hockey arena, “The Budweiser Events
Center”.
All questions regarding this bid should go to Ms. Heather L. MacMillan, Purchasing Agent I. Questions are
due no later than 10:00 A.M., Friday, August 10, 2012. Questions must be in writing and may be faxed to
Ms. Heather MacMillan at 970-498-5959, or e-mailed to hmacmillan@larimer.org. Please call Heather
MacMillan at 970-498-5957 to verify receipt of your questions. No additional questions will be accepted
after the date and time referenced above.
GENERAL INSTRUCTIONS:
Bidder shall not stipulate in his bid any conditions not contained in the specifications, unless specifically
requested in the special instructions. Any bids that fail to comply with the literal letter of these instructions and
the specifications may be rejected forthwith.
Bids shall be typewritten or written in ink on the form prepared by the County. The person signing the bid shall
initial all corrections or erasures made on your bid.
No work shall commence nor shall any invoices be paid until the contractor provides the requested proof
of insurance as outlined in the “Insurance Requirements For Contractors” and until such proof is accepted by
Larimer County. Additionally, the contractor will provide an endorsement naming Larimer County as an
additional insured to their policy. If you have any questions concerning the insurance requirements, please
contact Connie Ellis, Property/Casualty Claims Adjuster, at (970) 498-5963 at least one week before the bid
recording date.
Any charges for freight, delivery, containers, packaging, etc., will be included in the bid price.
In submitting the bid, the vendor agrees that acceptance of any or all bids by the County within a reasonable
time period constitutes a contract. No delivery shall become due or be accepted until a purchase order has
been issued by the Purchasing Director of Larimer County.
It is understood that the Board of Larimer County Commissioners reserves the right to reject any and/or all bids
and to waive informalities in bids, and to accept the bid that, in the opinion of the Board, is in the best interest
of Larimer County. The total cost of bid preparation and submission shall be borne by the bidder.
1
If, in the sole judgment of the Board of Larimer County Commissioners, the bids or proposals are substantially
equal, the Board may grant the contract to companies located in Larimer County.
As of August 7, 2006, state and local government agencies are prohibited from purchasing services from any
contractor that knowingly employs illegal immigrants to help carry out publicly funded work. Pursuant to the
provisions of Colo. Rev. Stat. §8-17.5-101, contractors must certify that they are using the E-Verify Program or
Department Program to verify the employment eligibility of new employees. If a contractor awarded a contract
violates the provisions of Colo. Rev. Stat. §8-17.5-101(2), the state or local government agency may terminate
the contract and the contractor will be liable for damages to such agency.
Any contract agreed to by the parties that results in a sole source government contract must contain provisions
and comply with Article XXVIII, Section 15 of the Colorado Constitution.
All information submitted in response to this bid is public after the bid opening. The bidder should not include
as a part of the response to the invitation to bid any information which the bidder believes to be a trade secret
or other privileged or confidential data. If the bidder wishes to include such material with a bid, then the
material should be supplied under separate cover and identified as confidential. Statements that the entire bid
is confidential will not be honored. Larimer County will endeavor to keep that information confidential, separate
and apart from the bid subject to the provisions of the Colorado Open Records Act or order of court.
Payment for work performed or goods sold to Larimer County can be expected within 30 days after receipt of
the invoice and satisfactory acceptance from the department receiving the service or goods. Any discount
allowed by the vendor for prompt payment, etc., must be reflected in the bid figure, and not entered as
separate pricing on the bid.
No telephone, e-mail, or facsimile bids will be accepted.
Bids must be clearly identified on the front of the envelope by bid number and title. Responsibility for timely
submittal and routing of bids, prior to opening, lies solely with the bidder. Bids received after the opening time
specified will not be considered.
Minority Business Enterprises will be afforded full opportunity to submit bids in response to this invitation and
will not be discriminated against on grounds of race, color or national origin.
Bids must be furnished exclusive of any Federal, State or Local taxes.
INTENT:
The Larimer County Fairgrounds, (The Ranch) intends to purchase a new dasher system for the Budweiser
Events Center.
SPECIFICATIONS AS FOLLOWS:
PART 1 GENERAL
1.01
GENERAL
A. The work of this Section shall include, but not be limited to, the following:
1.
Manufacture, supply and installation of complete factory prefabricated, arena board system
with spectator shielding, including team, penalty and officials' boxes.
B.
Facility survey will be provided by owner. Survey completed by Athletica under separate
contract.
2
1.02
RELATED SECTIONS
A. Provide clear access into the rink area by forklift.
1.03
UNIT PRICES
A. Submit unit prices per Section 4.0 A. stating the increase or decrease to the Contract Price for
additional or deleted work listed. This will allow accurate “apples-to-apples” comparison between all
base system bid prices. Unit prices shall include all labour, materials, products, equipment, services
and respective overhead, profit, disbursements and related charges, and shall represent the actual
addition or credit to the Contract Price. Taxes exempt via Colorado tax exempt account number 9804270.
PART 2 PRODUCTS
2.01
MANUFACTURERS
A. Any manufacturer that can comply with specifications for a new system.
2.02
MATERIALS
A. Aluminum Extrusions: ASTM B221, 6005-T5 or T6 alloy and temper.
2.03
2.04
B.
High Density Polyethylene (HDPE): High impact, integrally coloured, high-density polyethylene, bright
white and other colours as specified, ½” thickness.
C.
Spectator Shielding: 5/8” acrylic.
FABRICATION
A. General
1.
As far as practical, execute fitting and assembly in the shop with the various parts or
assemblies ready for erection at the project site.
2.
Accurately fit together all joints, corners and intersections. Match components carefully to
produce continuity of line and design.
3.
System components shall be numbered for ease of installation, disassembly, and
reinstallation.
4.
Existing rotating dasher advertisement boards to be incorporated into new system.
SYSTEM DESCRIPTION FOR BASE BID REQUIREMENTS
A. Arena Panels
1.
Arena panels shall be factory prefabricated in demountable sections. The design of all panels
whether straight, curved or in which a gate is located shall be similar. Each panel to be
between 42” and 48” (1067mm - 1200mm) in height, and shall be made of channels
assembled into frames using welding by certified welders. Aluminum to be mill finished.
Frames shall allow for fastening of the HDPE facing and anchoring at base. Ensure flush
mating of the HDPE facing at arena panel joints.
2.
Typical sections shall consist of a minimum two vertical posts and three horizontal stringers.
Frames shall be connected end to end with heavy duty, 5/8” (16mm) bolts and shall be
connected to rinks 2” steel dams with minimum 5/8” (16mm) threaded rods and nuts or bolts,
into 2” steel dams.
3.
Cladding: Panels to be clad with ½” (12mm) white High Density Polyethylene (HDPE) facing
the full height of each panel, and with ½” (12mm) colour impregnated HDPE cap rail and kick
plate, colour to be blue top-rail, yellow kick plate. Both edges of cap rail shall have a smooth
3
and radiused edge. Kick plate to be inlaid, flush with white facing, include for additional
horizontal stringer.
B.
C.
4.
The HDPE facing shall be attached to the arena board framing with ¼” (6 mm) diameter
screws. Screws to be zinc-plated or stainless steel. Heads of screws shall be painted to
colour match the facing, kick plate or top cap as appropriate. Spacing of the screws shall not
exceed 9” (225 mm) on centre.
5
Colour extensions of red and blue game lines shall be coloured HDPE strips inlaid flush to
the HDPE facing and inlaid flush to the HDPE kick plate in conformance with rink layout
requirements per governing bodies.
6.
Lift out access panels shall be built into system at down aisles, for floor access to events
where arena boards are to remain in place but shielding is to be removed. Framing shall be
similar construction as arena boards.
Players, Penalty, and Officials' Boxes/Benches
1.
Boxes shall consist of arena board enclosures similar to rink arena boards.
2.
Boxes shall consist of two (2) team boxes, (1) camera box, two (2) penalty boxes and one (1)
officials' / timekeeper’s box.
3.
Interior finish of boxes shall be of similar construction as ice-side of arena boards, utilizing
3/8" (10mm) thick HDPE, to height of mid-stringer on front side, full height on other sides.
Framing shall be similar construction as arena boards. Provide a water bottle shelf.
4.
Player boxes shall be approximately 30’ 0” (9145mm) long by 5’ 0” (1525mm) deep. Access
via two gates per box on ice side and one gate at the back end of each box, additional gate
to access camera box also required from Home bench side.
5.
Penalty boxes shall be 8’ 0” (2440mm) long by 5’ 0” (1525mm) deep, with access via one
gate on ice side. Home side to have additional gate for off-ice official access via stands.
6.
Timekeepers' box shall be 6’ 0” (1830mm) long by 5’ 0” (1525mm) deep, accessed at the
side of the box by two side gates, one to each penalty box. Timekeeper’s Table with
supports, 16” x full width of box.
7.
Benches shall be 24’ 0” (7315mm) long preferred length in player boxes and full box width in
penalty boxes. Benches shall be a nominal 9 1/2” (240mm) deep. Benches shall be extruded
anodized aluminum with the seating surface being clad with 1/2" (12.7mm) HDPE. For
removable applications on raised floors, benches to be mounted on socket-mount pedestals
at the NHL standard of 29" (740mm) above floor. Bench pedestals shall be of a ¼” (6mm)
zinc plated steel base plate with 1 1/2” x 3” (38.1mm x75mm) steel post with padding to
protect against skate damage. Bench pedestal locations to be positioned along the length of
the bench as required. Placement of benches within players area to be not centered, to
allow larger area for coaches to stand behind bench.
8.
Provide 6-3/4” (170mm) high raised aluminium framed floors, with ½” (12mm) rubber mat.
Plywood: CSA O121, Douglas Fir plywood, exterior waterproof type, Grade
G/Solid(Canadian Standard), or Product Standard PS-1, Douglas Fir plywood, exterior
waterproof type (American Standard).
Spectator Shielding
1.
Provide true 5/8” acrylic at the sides and players/penalty box areas, at a height of 60” above
the top of the boards, with a “seamless” look.
4
2.
Provide true 5/8” acrylic at the ends and radius corners at a height of 96” above the top of
the boards.
D. Spectator Shielding Supports- Ends and Radius Corners Only
1.
Provision for attachment of shielding glazing to the vertical supports shall be by means of an
extruded, mill finish aluminum “Quick Release” shield support. This aluminum support shall
run continuously to within 12” (300mm) of the top of the glazing; an extruded face plate will
slot into aluminum support with no screws. Plastic “U” shaped gaskets protect the glass
edges.
2.
E.
Shielding and supports shall be designed for easy removal without tools for events when
arena boards will remain in place, but shielding and shielding supports are to be removed.
including the gates.
Gates
1.
Access and Machine gates built with 2” steel dam thresholds. Access gates shall be built into
standard 8’ 0” (2440mm) sections and shall be 3’ 0” (914mm) wide, left or right hand swing.
Gate latch shall be a single latch type. Double access gates shall be double gates
incorporated into a standard 8’ 0” (2438mm) panel, with locking hardware similar to
equipment gates.
2.
Players gates shall be built into standard 2440 mm (8'-0") sections and shall be 760 mm
(2'-6") wide, left or right hand swing. Gate latch to be a single latch type. Gate hinges to be
butt type, with a grease fitting.
3.
Provide a flush mounted push-button latch release in the cap rail on the ice entrance gates
where shields would otherwise prevent latch operation. The push-button shall be designed
to be simple to operate from both sides of the shielding (suitable for opening gates with
hockey glove on hand), yet prevent accidental opening.
4.
Equipment gates shall be double gates with a 10’ 0” (3050mm) opening.
a.
Each equipment gate unit shall be equipped with one locking clamp or sliding bar
and two
retractable flush bolts into the threshold or floor.
5.
Each equipment gate unit shall be equipped with adjustable heavy duty spring loaded
casters, with the direction of travel fixed to the arc of the door.
6.
Provide “Gate Levelling Screws”.
7.
Existing Indoor football access gates to be interchangeable with new system.
F.
Ice Dam Anchors
1.
All ice dams shall be tightly fastened to the refrigerated slab by means of zinc plated bolts or
threaded rods and nuts to match existing. Anchors: Galvanized Steel or Zinc plated Pre-cast
in concrete anchor bolt system for securing to concrete substrate.
2.
Provide Aluminium threaded plugs with flush tops to fill the anchors when the boards are
removed are provided with removable systems.
G.
Ice Dam
1.
Ice Dam: 2” high channel or “U” shaped steel at underside of dasher board system for use
when dasher boards are removed while the ice remains in. Ice dam is to be anchored
independently of dasher board frame anchors.
5
H.
2.05
Backer Panels
1.
Provide 3/8” (10mm) white HDPE backer panels where shown on drawings. (Provides
complete coverage of the back of the boards where elevated seating is adjacent to the
boards).
DESIGN AND PERFORMANCE REQUIREMENTS
A. Arena board system shall conform to National Hockey League (NHL) dimensions.
B.
C.
Design loadings (Specified):
1.
Concentrated load P = 2.7 kN (600 lbf) applied at mid span of top rail (i.e. top of arena board
assembly).
2.
Uniformly distributed load of 2.7 kN/m (180 lb./ft.) applied along top rail.
3.
Uniformly distributed load of 4.8 kPa (100 psf) applied across the entire face of the arena
board.
Member Resistances (Factored): SYMBOL IS CONTROL V = 8,45 (phi)
1.
Axial Resistance:
Tension: Tr =  An.Fy; Tr = 85  An.Fu
Compression: Cr =  A.Fc
2.
Shear Resistance:
Vr =  0.60 Aw.Fc;  0.60 Aw.Fy;  hNWR
3.
Moment Resistance:
Mr =  S.Fy (Class 2 Sections)
PART 2A POST BID AWARD
2.06
SUBMITTALS TO BE PROVIDED BY THE AWARD VENDOR
NOTE: Award vendor must provide submittals listed below under “A” and “B” by August 24th 2012 to
the Fairgrounds & Events Center Director.
A.
Shop Drawings
1.
Shop drawings shall bear the professional stamp and signature of a professional engineer
licensed to design structures in the jurisdiction of manufacture. Submit calculations certified
by the professional engineer affixing seal to shop drawings substantiating sizes for members
and connections based on the design loads, before commencing fabrication.
2.
Shop drawings shall show, in appropriate scale, dimensions, details of arena board system,
glazing assemblies, methods of joining, fastening, joint locations, methods of anchoring, sizes
of anchorage’s, glazing details and glazing methods, hardware, details of other pertinent
components of the work, and adjacent constructions to which work of this Section will be
attached.
3.
Shop drawings shall indicate dimensioned layout and placement drawings for installation of
floor anchors.
B.
Samples
1.
Submit samples of materials, finishes and colours for review.
D.
Operation and Maintenance Data
6
2.07
1.
On completion of installation, supply three copies of instructions covering removal and
replacement of panel system, reglazing, adjustments and other relevant operating and
maintenance data.
2.
Provide “As Built” drawings showing overall layout of the boards and glass.
QUALITY ASSURANCE
A.
Qualifications
1.
Dasher system shall be provided by a firm having experience in manufacturing and
installing arena boards, using persons trained and skilled in the type of work required for both
manufacturing and installing. Provide references and a completed jobs list for dasher
systems still in use.
2.
Qualifying bidders must warrant, in writing, their ability to commission final installation by
September 19th, 2012, and assume responsibility for lost revenues due to delays in on-site
installation that force the cancellation of events (see 3.02, E, 2).
3.
Must provide five (5) references for five (5) complete systems your company has installed in
NHL facilities.
2.08
WARRANTY
A.
Warrant the work against defects in materials and workmanship for a period of two (2) years from
the date of substantial completion of the contract. Misuse, abuse and/or accident not caused by
normal use is excluded. Glass breakage is excluded. Board misalignment from ice build-up
underneath, excessive ice edge or ice thickness beyond 1-1/2” is excluded. Exclusions are
considered maintenance requirements.
2.09
MAINTENANCE - EXTRA MATERIALS
A.
Supply, in addition to quantities required for the Work, extra materials and products to be stored by
the Owner as follows:
B.
1.
Two (2) additional boxes of painted screws of each colour required for fastening of HDPE
facings.
2.
One extra piece of acrylic shielding of each standard size required.
Deliver extra stock to Owner in bulk packaging clearly labelled to identify contents. Place
extra stock in the designated storage area where directed.
PART 3 EXECUTION
3.01
EXAMINATION
A.
Before commencing erection and installation, examine all written specifications in this Request for
Bid.
B.
3.02
Report immediately in writing to the owner all discrepancies in accuracy and suitability, conditions
that will adversely affect the installation and permanency of the work.
INSTALLATION
A.
General
1.
Provide the board system supplied only, with a supervisor trained by the manufacturer or
manufacturer approved dealer, with all tools and equipment required for a complete
installation by others, in accordance with the drawings and specifications.
B.
Gates
7
1.
C.
D.
E.
Spectator Shielding
1.
Spectator shielding glazing shall be installed along side of but not in front of team boxes. At
shielding external corners on ice side, an easily replaceable protective corner bumper pad
shall be provided to a height of not less than 3 feet above boards.
Resilient Flooring at Boxes
1.
Cut rubber flooring (minimum thickness ½” (12mm) neatly to fit around fixed objects and
perimeter. Provide flush surfaces at sills of gates. Flooring is to be minimally stapled at the
four corners over plywood substrate.
Timeframe
1.
All work, installation, and commissioning to be completed by September 19th 2012.
2.
3.03
3.05
Liquidated damages of $5,000 per day for the first seven (7) days past the date of
September 19th 2012, subsequent delays will incur a penalty of $50,000 per impacted
event.
ADJUSTING
A.
Upon completion of the Work of this Section, inspect, test and adjust installation.
B.
3.04
Provide quantity and location of equipment and access gates per section 2.04 E.
Test all operable elements and ensure easy and smooth operation.
CLEANING
A.
Cleaning to be carried out by company installing dasher system during and after installation
process.
1.
Leave floor free of all debris, oil and, grease.
2.
Site to be cleaned to a broom clean finish.
EXISTING DASHER SYSTEM
A.
Upon completion of all installation, the contractor shall assume ownership and responsibility to
remove the current Maple Leaf Gold 400S system. System cannot be stored on “The Ranch”
property.
PART 4 BID UNIT PRICES
A.
Submit unit prices for the following listed items of the Dasher System. Unit prices shall include all
labour, materials, products, equipment, services and respective overhead, profit, disbursements
and related charges.
1.
Unit Price Per: 2.04 A and E. Arena Panels and Gates.
2.
Unit Price Per: 2.04 B. Players, Penalty, and Officials’ Boxes/Benches.
3.
Unit Price Per: 2.04 C and D. Spectator Shielding and Supports.
4.
Unit Price Per: 2.04 F and G. Ice Dam and Ice Dam Anchors.
5.
Unit Price Per: 2.04 H. Backer Panels.
8
4.01
PROTECTIVE NETTING
A.
Upon completion of dasher system attach existing protective netting to the arena board system
within approved specifications of owner.
4.02
SAFETY FEATURES
A.
Seamless Systems: Provide Polycarbonate clips “Hair Pin” Seamless Glass Clips. Protected
under patent rights granted in Canada. Or equivalent.
4.03
SHIELDING
A.
Provide true 5/8” acrylic instead of nominal ½”.
4.04
4.05
4.06
B.
Provide “Seamless” Acrylic at the boxes.
C.
Provide “Seamless” Acrylic at the straight sides.
D.
Install shielding on the sides of the rink in the “Wide Vision” style, at 96” wide by 60” high.
E.
Seamless Acrylic shielding to have minimum thickness of 0.585”. Shielding panels to be separated
individually and spaces apart by clear polycarbonate sleeves.
CONVERSION PRODUCTS
A.
Provide Ice Dam: 2” high channel or “U” shaped steel at underside of dasher board system for use
when dasher boards are removed while the ice remains in. Ice dam is to be anchored
independently of dasher board frame anchors.
B.
Provide Storage carts to accommodate all arena panels and shielding, typically 6 (six) glass
shielding carts and 12 (twelve) dasher board frame carts, but to suit materials included in this
contract.
C.
Provide “slide out” one piece glass supports at the gates.
D.
Provide “Infill Flooring” for Players and Penalty Area. (For concert seating configuration, provides
two more rows of seats in that area.) (“Conversion Friendly”).
E.
Shielding and supports shall be designed for easy removal without tools for events when arena
boards will remain in place but shielding and shielding supports are to be removed. Including the
gates The boards will be removed and reinstalled numerous times per year.
MAINTENANCE/OPERATIONS
A.
Provide Clear “Anodized” finish on aluminum glass supports.
B.
Provide Stainless Steel Gate Hardware.
C.
Provide “Gate Levelling Screws” (so the gates can be realigned with the ice in).
D.
Provide Stainless Steel Anchors, Bolts and Nuts.
TIMEKEEPER AND GOAL JUDGE BOX
A.
Timekeepers Table with supports, 16” (400mm) x full width of the box.
9
INSURANCE REQUIREMENTS:
Prior to commencement of any work, contractor shall forward Certificates of Insurance to Larimer County
Purchasing, 200 W. Oak St., #4000, Fort Collins, Colorado 80521. The insurance required shall be procured
and maintained in full force and effect for the duration of the Contract and shall be written for not less than the
following amounts, or greater if required by law. Certificate Holder should be Larimer County at the above
address.
I.
Workers' Compensation and Employers' Liability
II.
A.
B.
C.
State of Colorado:
Applicable Federal:
Employer's Liability:
D.
Waiver of Subrogation
Statutory
Statutory
$100,000 Each Accident
$500,000 Disease-Policy Limit
$100,000 Disease-Each Employee
Commercial General Liability on an Occurrence Form including the following coverages: Premises
Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments;
Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided
should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits
to be as follows:
A.
B.
C.
D.
Bodily Injury & Property Damage General Aggregate Limit
Products & Completed Operations Aggregate Limit
Personal & Advertising Injury Limit
Each Occurrence Limit
$1,000,000
$1,000,000
$1,000,000
$1,000,000
Other General Liability Conditions:
1. Products and Completed Operations to be maintained for one year after final payment.
Contractor shall continue to provide evidence of such coverage to the County on an annual
basis during the aforementioned period (as appropriate).
2. Contractor agrees that the insurance afforded the County is primary.
3. If coverage is to be provided on Claims Made forms, contractor must refer policy to Risk
Management Department for approval and additional requirements.
III.
Installation Floater - Policy providing coverage against risk of direct physical loss (check if - Flood
included, Earthquake included, or Equipment included). Larimer County, as well as all subcontractors
and sub-subcontractors are to be included as insureds. A mutual waiver of subrogation clause shall be
endorsed to the policy to include Larimer County, contractor, subcontractors and sub-subcontractors.
Limit of coverage shall equal the value of the contract.
IV.
Commercial Automobile Liability coverage to be provided on Business Auto, Garage, or Truckers form.
Coverage provided should be at least as broad as found in ISO form CA0001 (BAP), CA0005 (Garage)
or CA0012 (Trucker) including coverage for owned, non-owned, & hired autos. Limits to be as follows:
A.
B.
C.
V.
Bodily Injury & Property Damage Combined Single Limit
Medical Payments Coverage
Uninsured/Underinsured Motorist Colorado Statutory Limit
$1,000,000
$5,000/person
$1,000,000
All Insurance policies (except Workers Compensation and Professional Liability) shall include
Larimer County and its elected and appointed officials and employees as additional insureds as
their interests may appear. The additional insured endorsement should be at least as broad as ISO
form CG2010 for General Liability coverage and similar forms for Commercial Auto and Umbrella
Liability. Additional Insured endorsement(s) shall be attached to the certificate of insurance that is
provided to the county.
10
VI.
The County reserves the right to reject any insurer it deems not financially acceptable by insurance
industry standards. Property and Liability Insurance Companies shall be licenses to do business in
Colorado and shall have an AM Best rating of not less than B+ and/or VII.
VII.
Notice of Cancellation: Each insurance policy required by the insurance provision of this Contract
shall provide the required coverage and shall not be suspended, voided or canceled except after thirty
(30) days prior written notice has been given to the County, except when cancellation is for nonpayment of premium, then ten (10) days prior notice may be given. Such notice shall be sent directly to
Larimer County Risk Management, 200 W. Oak St., #4000, Ft. Collins, CO 80521. If the insurance
company refuses to provide the required notice, the contractor or its insurance broker shall notify the
County of any cancellation, suspension, non-renewal of any insurance within seven (7) days of receipt
of insurers’ notification to that effect.
VIII.
Contractor shall furnish Larimer County certificates of insurance. Contractor will receive all subcontractors certificates of insurance. Such certificate must meet all requirements listed above.
ANY DEVIATIONS FROM THE STANDARDS GIVEN ABOVE MUST BE APPROVED BY THE LARIMER
COUNTY RISK MANAGEMENT DEPARTMENT.
11
BID FORM:
I warrant my company’s ability to commission final installation by September 19th, 2012, and assume
responsibility for lost revenues due to delays in on-site installation that force the cancellation of
events. Liquidated damages of $5,000 per day for the first seven (7) days past the date of September 19th
2012; subsequent delays will incur a penalty of $50,000 per impacted event.
ACCEPTED______
NOT ACCEPTED ______
COST
The award will be based upon the TOTAL COST, below, including all costs to complete this bid in its’
entirety, including design, build, installation, fabrication, and any other associated costs.
Unit Pricing Per Arena Panels/Gates
$_________________
Unit Pricing Per Players/Media Benches/ Boxes
$_________________
Unit Pricing Per Penalty/Officials Benches/Boxes
$_________________
Unit Pricing Per Spectator Shielding/Supports
$_________________
Unit Pricing Per Ice Dams/Anchors
$_________________
Unit Pricing Per Backer Plates
$_________________
TOTAL COST FOR ONE COMPLETE DASHER SYSTEM:
$_________________
REFERENCES:
Must provide five (5) references for five (5) complete systems (which are still in use) your company
has installed in NHL facilities:
Reference #1
Reference #2
Company Name:
Company Name:
Contact:
Contact:
Address:
Address:
Email:
Email:
Contact’s Telephone:
Contact’s Telephone:
Project Location:
Project Location:
12
Reference #3
Reference #4
Company Name:
Company Name:
Contact:
Contact:
Address:
Address:
Email:
Email:
Contact’s Telephone:
Contact’s Telephone:
Project Location:
Project Location:
Reference #5
Company Name:
Email:
Contact:
Contact’s Telephone:
Address:
Project Location:
13
ADDENDA:
Addendum Number
Date of Addendum
____
___
____
___
Date Received
The undersigned certifies that he/she has examined the specifications and instructions to proposers and has
submitted a proposal in full compliance and without collusion with any other person, individual or corporation.
The undersigned further certifies that he/she is or is trying to participate in the “Basic Pilot Employment
Verification Program (Basic Pilot)” as detailed as a part of the “Systematic Alien Verification for Entitlements
(SAVE) Program” as found on the U.S. Citizenship and Immigration Services website at (http://www.uscis.gov).
The entire URL for the SAVE program is:
http://www.uscis.gov/portal/site/uscis/menuitem.5af9bb95919f35e66f614176543f6d1a/?vgnextoid=71cf58f91f0
8e010VgnVCM1000000ecd190aRCRD&vgnextchannel=71919c7755cb9010VgnVCM10000045f3d6a1____
The undersigned certifies that you have verified that you do not employ illegal aliens, and that you shall not
knowingly employ an illegal alien to perform work.
SIGNED: _____________________________________ TITLE: __________________________________________
PRINTED NAME: _______________________________________________________________________________
FIRM: ________________________________________________________________________________________
ADDRESS: ____________________________________________________________________________________
CITY: _______________________________ STATE: ______________________ ZIP: _______________________
DATE: _____________________________________ TELEPHONE NUMBER: ______________________________
FAX NUMBER: ______________________________ E-MAIL ____________________________________________
For further information regarding this bid, please contact Heather L. MacMillan, Purchasing Agent I, at (970)
498-5957 or hmacmillan@larimer.org
Please submit bids in a sealed envelope, and, using a bright highlighter to highlight the proposal name,
number and closing date on the outside of your envelope, to:
LARIMER COUNTY PURCHASING DIRECTOR
LARIMER COUNTY COURTHOUSE
200 WEST OAK STREET, SUITE 4000
FORT COLLINS, COLORADO 80522
14
Download