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
20260380
dun-vctC+ Ib Io- SERVICE AGREEMENT BETWEEN WELD COUNTY AND G2 CONSTRUCTION LLC THIS AGREEMENT is made and entered into this l(c lay of Mary(1 } 2026, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and G2 Construction LLC, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and 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 the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2600006. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from Form Revision 5-2025 - cc: Cyr 1 laca- cal) zo zcp-030 371(o/Zlo 3/(,2l 20 Bel bbZ� entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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 completed or partially completed Work 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 Amendment. 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. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $251,794.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). 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 2 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 or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 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 the Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, 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 Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work 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 Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action 3 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, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work 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. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, employees, agents, and volunteers shall be named as additional 4 insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, 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." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All 5 certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in 6 coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or 7 subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. 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. 19. Examination of Records. To the extent required by law, the Contractor agrees that a 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. Contractor agrees to maintain these documents for three years from the date of the last payment received. 20. 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. 21. Notices. All notices or other communications 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: 8 Name: Derek Griess (G2 Construction LLC.) Position: Owner Address: 5805 Mangrove Ct Loveland CO 80538 E-mail: derek@g2built.com Phone: 970-218-1477 TO COUNTY: Name: Patrick O'Neill Position: Weld County Facilities Director Address: 1105 H Street Greeley, CO 80631 E-mail: poneill@weld.gov Phone: 970-400-2023 22. 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. 23. 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. 24. 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. 25. 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. 26. 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. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, 9 confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. 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. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as applicable now or hereafter amended. 30. 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. 31. 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. 32. 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. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 10 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: -443/9/2026 Name: Derek Griess Date of Signature: Title: Owner WELD COUNTY: ATTEST: dazhiv BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: /1-0 a Deputy Clerk to the Board Scott K. James, Chair ' �% MAR 1 6 2026 1 ,1361 tw*A4V i4111., Pr 1 Ui \ I 11 Z OZIo- 03n Exhibit A Weld County Finance Department 4 � Purchasing Division ►A T. J _ 1 1301 North 17th Avenue J ` Greeley, Colorado 80631 �., GOUNTY General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: B2600006 Title: Household Hazardous Waste — Dacono - Remodel Advertisement Date: January 14, 2026 Pre- Bid Meeting: January 28, 2026, at 10:00am Pre- Bid Location: 5500 State Hwy 52, Erie, CO 80516 Questions Due: February 4, 2026, by 10:00am Questions Posted: February 5, 2026, by 5:00pm Questions email: bids(a�weld.gov Bid Due Date: February 11, 2026, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bids(c�weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids(c�weld.gov Documents Included in this Bid Package IFB Schedules IFB Attachments Attachment 1 — Project Drawings Schedule A: Bid Instructions Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Form Revision 6-2025 Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Table of Contents 2 Schedule A- Bid Instructions 4 Purpose/Background 4 Bid Advertisement 4 Bid Submission 4 Introductory Information 4 Cooperative Purchasing 5 Schedule B - Scope of Work 7 Project Overview 7 Method of Procurement 7 Pricing Method 7 Specific Requirements and Responsibilities 7 Schedule C - Procurement Schedule 11 Schedule D - Bid Response Form 12 Bid Submittal Instructions 12 Fees 12 Attestation 12 Schedule E — Insurance 14 Insurance 14 Insurance Mailing Information 16 Schedule F - Weld County Contract 18 Contractual Obligations 18 Weld County Standard Contract 18 Solicitation #B2600006 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Household Hazardous Waste — Dacono - Remodel A Mandatory pre-bid conference will be held on January 28, 2026 , at 10:00 am at the Household Hazardous Waste Facility located at 5500 State Hwy 52, Erie, CO 80516. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Bids will be received until: February 11, 2026 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 11, 2026 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„760224088# Meeting ID: 269 179 532 105 37 United States, Denver Passcode: TR6sk6zN Phone conference ID: 760 224 088# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. 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 Submission 1. PREFERRED: email bids to bids@weld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. 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 Solicitation #B2600006 Page 4 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 Procurement Manager 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. 2. 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 Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager 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 Procurement Manager; 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. 3. 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. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation 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. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a Solicitation # B2600006 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a vendor to provide a remodel of the Household Hazardous Waste South in Dacono, CO. Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non-responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not-to-exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities The scope of this project is for construction management and general contracting services per this invitation for bid and attachments which include project drawings for the Weld County Health Department's Household Hazardous Waste South Facility located in Dacono, Colorado. The following are the project specific requirements. This shall include but not limited to the following. • Demolition • Electrical Systems • Mechanical Systems • Plumbing Systems • Roofing Systems • Utility Infrastructure • Interior Finish • Renovation • Equipment Procurement • Fire Systems • Access Control These above items are represented in Attachment 1 — Project Drawings. All scopes indicated in attachment 1 are to be included in this contractor bid. A. Weld County Health Department— Household Hazardous Waste Renovation — General Project Requirements: 1. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. Solicitation #B2600006 Page 7 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receives written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. Contractor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may be needed. 5. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. 6. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors have to clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 7. Contractor is responsible for coordination for all site utilities. Weld County will pay all applicable plant investment fees. 8. Contractor is responsible for coordination with Weld County building department and the local city and fire municipalities. 9. Contractor is responsible for providing a complete access control system. This includes but is not limited to all pathways, conduits, door prep, hardware, Keypad card readers, door proximity sensors, programming, and any other component to provide a fully operational system that ties into Weld County's existing access control system. Access control is to be the ICT Protégé GX Enterprise system. Substitutes will not be accepted. Installers must be ICT GX Certified. Contractor is responsible for providing all head unit equipment, HES electric door strikes, ICT card reader with keypad, door switch, pathway, wiring, and all components needed to provide a complete system. 10.The Contractor is responsible for the fire suppression system as a whole including but not limited to the tap, administrative fees, tap fees, coordination, and testing according to Central Weld County Water District. 11.Contractor to provide stripping and signage as shown in Attachment 1. 12.The existing fire alarm system will need to be replaced in its entirety by a State authorized design/build contractor. All fees for design and permits associated with this are the responsibility of bidder. All existing equipment including cabling shall be removed and disposed of offsite. See specifications for new fire alarm system. 13.Contractors will be required to keep the existing fire alarm system active until the new fire alarm system becomes active. 14.Contractor is responsible for all backing requirements. Any surface mounted piece of equipment must have at minimum 3/4" plywood as backing. 15.Contractor will be responsible for moving any current electrical switches or outlets /fire alarm devices outside the Class 1, Division 2, Group B Area. 16.Contractor must submit daily logs or project updates to the Weld County project manager on a weekly basis at a minimum. 17.Contractor is responsible for coordinating the final location of all electrical and data outlets prior to installation of rough in boxes with the Weld County project manager and IT representative. 18.AII work can be completed during normal business hours, unless it requires any electrical, mechanical, or plumbing system to be shut down. If so that work must be completed during off hours. All systems must be functional before the start of the next business day. Solicitation# B2600006 Page 8 19.Any excessive noise producing work must be completed during off hours. Excessive noise includes but is not limited to. Hammer drilling, concrete demo, radios, or any excessive noise that disturbs normal building operations. Weld County project manager has the sole discretion to determine if any noise is excessive. 20.Normal business hours are Monday through Friday from 7:00 am to 5:00 pm. 21.Contractor is responsible for maintaining dust control at all times so as to not disturb the normal operations of the building. All temporary walls and or partitions are the responsibility of the contractor. 22.Contractor is responsible for coordinating the final location of all electrical and data outlets prior to installation of rough in boxes with the Weld County project manager and IT representative. 23.Contractor is responsible for maintaining existing building conditions. At no time is the building to be without power, mechanical systems, and plumbing systems. 24.Contractor to provide Schedule 80 bollards throughout the project. Weld County to specify paint color in the submittal process. B. Weld County Health Department— Household Hazardous Waste Addition — Project Close Out Requirements: 1. Contractor will provide a digital copy of the complete sets of O&M manuals. 2. Contractor will provide a digital copy and 1 full size set of the as-builts. 3. Contractor will provide all manufacturer's warranty documentation for all equipment. 4. Contractor will provide a detailed report for all craftsmanship and labor warranties. 5. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 6. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff. 7. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. C. Weld County Health Department— Household Hazardous Waste Addition - Project Standard Terms and Conditions: 1. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 2. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 3. Contractor is responsible for all private and public locates. 4. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. Contractor is responsible for the coordination and scheduling of all inspections that are required. The contractor will be responsible for having a qualified representative on site for any inspection. 5. All electrical work will be done by a qualified State licensed electrician. 6. All plumbing work will be done by a qualified State licensed plumber. 7. All mechanical work will be done by a qualified State Licensed technician. 8. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 9. Contractor is responsible for all weather protection including but not limited to soils. 10.All lifting and hoisting equipment shall be provided by the contractor as needed. Solicitation #B2600006 Page 9 11.Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 12.Bids over $50,000 will require a payment (100%) and performance (100%) bond. 13.All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 14.Weld County is a tax-exempt entity. 15. Davis-Bacon and Buy American requirements are NOT required. Contractor is to provide lien waivers with each pay application. Solicitation # B2600006 Page 10 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date January 14, 2026 Pre-Proposal Meeting (Mandatory) January 28, 2026, at 10:00am 5500 State Hwy 52, Erie, CO 80516 Technical Questions Due February 4, 2026, by 10:00am Technical Questions email bids(a�weld.gov Questions Answered via Addendum February 5, 2026 Proposals Are Due February 11, 2026, by 10:00 am Purchasing's Clock Solicitation Notice of Award (Anticipated) February 23, 2026 Contract Execution (Anticipated) March 9, 2026 Solicitation#62600006 Page 11 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. F Provide fees for this project below: Description Price Architectural $ Mechanical $ Electrical $ Plumbing $ General Conditions $ Fire Alarm $ Fire Suppression $ Other $ Total Lump Sum Bid $ Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2600006 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. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. Solicitation #B2600006 Page 12 8. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s)may be awarded to more than one vendor. Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID #: CONTRACTOR: By: Date of Signature Name: Title: Solicitation# B2600006 Page 13 Schedule E — Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, 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." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, 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." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Solicitation # B2600006 Page 14 Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Solicitation# B2600006 Page 15 Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Alex Engelbert Email: aengelbert@weld.gov Telephone: 970-400-2043 Solicitation#B2600006 Page 16 Mail: Weld County Facilities Department ATTN: Alex Engelbert PO Box 758 Greeley, CO 80632 Solicitation #B2600006 Page 17 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for General Services: Service Agreement Between Weld County and [Contractor] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and 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. Solicitation# B2600006 Page 18 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 the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. 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. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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 completed or partially completed Work 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 Solicitation# B2600006 Page 19 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 Amendment. 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. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). 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 or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 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 the Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, Solicitation# B2600006 Page 20 assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work 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 Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. 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, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work 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. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 Solicitation # B2600006 Page 21 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, 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." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, affiliated entities, 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." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate" Weld County, its elected officials, affiliated entities, employees, agents, and volunteers as Additional Insureds" for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Solicitation#B2600006 Page 22 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Solicitation# B2600006 Page 23 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. 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. 19. Examination of Records. To the extent required by law, the Contractor agrees that a 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. Contractor agrees to maintain these documents for three years from the date of the last payment received. Solicitation #B2600006 Page 24 20. 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. 21. Notices. All notices or other communications 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Position: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: E-mail: Phone: 22. 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. 23. 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. 24. 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. 25. 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 Solicitation # B2600006 Page 25 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. 26. 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. 27. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 28. 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. 29. Non-Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24- 10-101 et seq., as applicable now or hereafter amended. 30. 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. 31. 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. 32. 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. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. Solicitation# B2600006 Page 26 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: Name: Date of Signature: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation# B2600006 Page 27 Exhibit B Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Description Price Architectural $109,283 Mechanical $24,000 Electrical $19,200 Plumbing $46,233 General Conditions $21,600 Fire Alarm $9,858 Fire Suppression $9,858 Other $11,762 Total Lump Sum Bid $251,794 Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2600006 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. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F —Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. Solicitation#B2600006 Page 12 8. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County.The bid(s)may be awarded to more than one vendor. Item Entry Company Name: G2 Construction LLC Address: 5805 Mangrove Ct Loveland CO, 80538 Phone 970-218-1477 Email: derek(a�g2built.com FEIN/Federal Tax ID#: 470992217 CONTRACTOR: By: Dere Gr1'tarr 21/0/202C Date of Signature Name: Title: Otnrne✓' Solicitation#B2600006 Page 13 Addendum # 1 Bid Request Number B2600006 Dacono Household Hazardous Waste Remodel Questions and Answers: 1. Question: Do you have a preferred roofing contractor you want to share with us? Answer: No but the contractor is to use a certified Johns Manville roofing company. This roof was replaced November 22, 2024, and is currently under warranty. The Contractor is required to maintain that warranty by all means necessary based on the manufacturer's specifications and warranty documents (all cost to be included in bid). Any recertifications or inspections required will be the cost and responsibility of the contractor. 2. Question: Will prevailing wages apply for this project? Answer: No this project is not prevailing wage. 3. Question: According to the Central Weld County Water District website, a Fireline tap requires a 30-day study before pricing can be issued. Based on this requirement, it appears bidders will not be able to accurately determine the associated tap or plant investment costs within the bid period. Will the County be responsible for all tap fees and plant investment fees for the new fire line? If not, can the County provide a standard allowance for all bidders to carry to ensure consistency and comparability between proposals? Answer: Due to the 30-day study period, the County will cover the tap fee and associated plant investment fee. The contractor will be responsible for coordination with Central Weld County Water District. Additionally, the contractor is to adhere to the timelines set forth by Central Weld County Water District this includes but not limited to study duration, quote timeline, and installation of valve /tap. It is the contractor's responsibility to obtain any associated permits to the fire suppression /fire alarm system. 4. Question: Will the 6" fire riser be on the exterior or interior of the building? Answer: Interior. 5. Question: Will there be a detail provided for the fire riser? Answer: No, this system is design build per the project drawings. 6. Question: C1 states tap and valve by Centeral Weld Water District. Please confirm that Central Weld Water District will perform the 12" main tap and installation of the new gate valve. Answer: It is the Contractor's responsibility to verify this information with Central Weld Water District. 7. Question: Are any erosion control measures required? Answer: The contractor is to use best management practices for erosion control and comply with all local, state and federal requirements. 8. Question: What is the thickness and reinforcement requirements for the new concrete paving? Answer: The new concrete paving is to be 6 inches thick with welded wire fabric 6x6- W5.5xW5.5 overlapped. Expansion joint to be placed at all locations where existing concrete meets new concrete. Curing compound is required on all finished concrete. Concrete finishes to match existing concrete. Control joints to be coordinated with owner. Contractor to place re-used recycled asphalt material flush with concrete drive to maintain an even transition between millings and the concrete surface. Contractor is required to use 4500 psi exterior concrete. Mix design shall be provided for approval prior to placing concrete. 9. Question: Please provide a specification for the masonry sealer. Answer: Contractor to provide integral masonry sealer. CMU colors to be submitted and approved by Weld County Project Management Team. 10. Question: Is the building conditioned or do we need to install a "dry fire sprinkler system"? Answer: The building is conditioned and a "dry fire sprinkler system" is not required for this project. 11. Question: The plans show an underground tap and valve by Central Weld Water District. Can you clarify where our point of connection will be? Is it going to be at the new underground valve by hwy52 or are they bringing that underground all the way into the building? Answer: The underground valve will be near hwy52. It will be the contractor's responsibility to coordinate this with Central Weld Water District. All underground piping is to be provided by contractor. 12. Question: Is this to be framed with wood or steel studs? Answer: Steel stud framing. 13. Question: Can we have the specs for the louvers? Answer: The louvers represented on Al are existing and are not required to be replaced. No specification is needed for these louvers. 14. Question: Can we have the specs for the new concrete? Answer: Reference answer to Question 8. 15. Question: What is the current roofing material? Answer: Reference answer to Question 1. 16. Question: Do you want to reuse the existing road base? Answer: Reference answer to Question 8. 17. Question: Can we leave the over-excavated material on-site, or do we need to remove it? Answer: Contractor is to remove all over-excavated material. 18. Question: Is there a specific type of bollard to be used? Can we use bolt to floor, or should a caisson application be used? Answer: Contractor to provide a bolt down schedule 40 bollard. Bollard to be painted safety yellow. 19. Question: Please confirm that the relocated eye wash station does will spill onto floor upon use. Answer: Confirmed. 20. Question: Please confirm that the tub sink is existing. Answer: Tub Sink is existing. 21. Question: Please confirm that the fire line tap fee to be by Weld County. Does this include all asphalt cut/patch that may be involved? Also caisson application be used? Answer: Reference answer to Question 3. Contractor to include asphalt cut/patch. Yes, caisson application to be used. 22. Question: Please specify lintel sizes to be used at new door/louver openings Answer: Contractor to follow lintel sizes shown on A2. Louver openings are not to be included. 23. Question: Please confirm that card readers are by Weld County Answer: Contractor provided and installed. Reference line item 9 in the scope of work. 24. Question: Plans call for ceiling to be painted at 101 receiving. Can existing electrical/mechanical devices be painted over. Does new fire alarm conduit need to be painted red. Answer: Existing electrical / mechanical is not to be painting. Fire alarm conduit to be painted red. 25. Question: Note on Sheet A3 calling out "existing pipe to be determined what kind". Is there any work there for the GC to price? Answer: This is an existing pipe that will need to be rerouted due to the new opening. Contractor to include costs to move pipe to allow for appropriate clearance. 26. Question: Note on Sheet A3 calls for"misc. hooks with tools". Is this part of the GCs scope Answer: No, this is owner supplied and installed. 27. Question: Sheet Cl - Note calling for utilities shown, not shown, or assumed shall be repaired/replaced at contractor's expense. Is there an "as-built" drawing of the site that can be shown as how are we to know what is "not shown or assumed"? Answer: There are no asbuilt drawings of the site. The contractor will be responsible for private and public locates which will determine all underground utilities. 28. Question: On the new fire alarm system — is there a specific vendor that the county would like to see installed? Answer: No, there is no specific vendor required. All equipment is required to be fully addressable with network capabilities approved manufacturers are below. Contractors are required to design and install this system for a fully operational system per the approved equipment below. Substitutions will not be allowed. a. Honeywell Firelite— Control Panel b. Honeywell Silent Knight- Control Panel c. AES 7707P-88-M IntelliNet 2.0— Mesh Radio Contractor must include all system wiring, raceways, pull boxes, terminal cabinets, mounting boxes and any accessories and miscellaneous items required for a fully functional code compliant system. Existing Fire Systems are to remain fully functional until new system is installed and have passed all functional tests with city/state inspections. All equipment and devices must meet all current NFPA and UL listings. All buildings also fall under the jurisdiction of the Mountain View Fire District & must meet all current local requirements. All devices are required to be addressable devices, and smart devices. The new Fire Alarm System will need to have the capabilities of communicating and dispatching through Mesh Radio as the primary, then have network capabilities as secondary. Mesh Radio must be purchased and not leased. Purchasing and licensing costs shall be included in this bid. Contractor is responsible for all fire alarm and fire suppression permits. 29. Question: Please confirm that all use/development fees are by Weld County. Answer: Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. All plant investment fees will be covered by Weld County. 30. Question: Please advise if the CMU block infill at the existing OHD needs to be toothed- in, or can a control joint be used? Answer: Contractor to tooth in the new CMU block. 31. Question: Please advise if the CMU block infill wall needs to be insulated. Answer: Yes 32. Question: Fire Alarm- is the intent to keep the existing AES radio, or would an alternate communicator be required? Answer: Reference answer to question 28. New AES is required. Primary communication will be over ethernet to the County Network. Contractor to inform Weld County 2 weeks prior to testing to make sure primary communication is in place. 33. Question:Can you please confirm the Safety Shower water line size? Answer: Water line size 1 inch. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!''' Company Name: C72 (on sf►rutfi'on 44C 2//Q Za26 Date of Signature Signature: Name: D t re k &r s E rJ Title: O W h Q r February 10, 2026 _____.--, G2CONST-01 CBATTAGLIA ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/ODIYYYY) kit...I 2/20/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Catie Battaglia NAME: Bradley Insurance Group PHONE FAX 1350 Independence St,Suite 200 (A/C,No,Ext):(303)480-5005 I(A/C,No):(303)458-5857 Lakewood,CO 80215 ADDRESS:E-MAL I INSURER(S)AFFORDING COVERAGE NAIC S INSURER A:Champlain Specialty Insurance Group 16834 INSURED INSURER B:Owners Insurance 32700 G2 Construction LLC INSURER C:PINNACOL ASSURANCE 41190 5805 Mangrove Ct INSURERD: Loveland,CO 80538 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MMIDD/YYYY) IMM/DDIYYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X11 OCCUR CSARCGL001030601 2/1/2026 2/1/2027 DAMAGES(RENTED 100,000 X X PREMISES(Ea occurrence) $ 5,000 _ MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X SIR LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ — B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO X X 5155638101 2/1/2026 2/1/2027 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOSRREE�� ONLY AUTOS yy BODILY INJURY(Per accident) $ X TOS ONLY X AUTOS ONLY (Per ardent)DAMAGE $ A $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 X EXCESS LIAB X CLAIMS-MADE X X CSARCEL001030801 2/1/2026 2/1/2027 AGGREGATE $ 2,000,000 DED I RETENTION$ $ C WORKERS COMPENSATION X AND EMPLOYERS'LIABILITY STATUTE ER Y ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N X 4171083 211I2026 211/2027 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS)LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Weld County is additional insured with respect to the General and Auto Liability policies,as required by written contract.A waiver of subrogation is provided on the General Liability,Auto Liability,and Workers'Compensation,as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld CountyTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box 758 1105 H St. Greeley,CO 80632 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SCHEDULE OF FORMS Policy Number: CSAR-CGL-0010306-01 Form Number Form Name CG 0001 12/07 Commercial General Liability Coverage Form CG 0068 05/09 Recording And Distribution Of Material Or Information In Violation Of Law Exclusion CG 2147 12/07 Employment-Related Practices Exclusion CG 2154 01/96 Exclusion-Designated Operations Covered By A Consolidated(Wrap-Up)Insurance Program CG 2155 09/99 Total Pollution Exclusion With A Hostile Fire Exception CG 2167 12/04 Fungi Or Bacteria Exclusion CG 2279 04/13 Exclusion-Contractors—Professional Liability CG 3167 12/04 Exclusion-Exterior Insulation And Finish Systems CIS CGL 1001 12/15 Exclusion-Aircraft,Aircraft Products And Aircraft Grounding CIS CGL 1011 05/21 Cross Suits Endorsement CIS CGL 1040 12/15 Exclusion-Hazardous Materials CIS CGL 1046 01/18 Exclusion-New Residential Construction Work CIS CGL 1061 12/15 Exclusion-Specified State Or County Operations CIS CGL 1063 12/15 Exclusion-Terrorism CIS CGL 1071 10/16 Exclusion-Radioactive Contamination,Chemical, Biological,Bio-Chemical and Electromagnetic Weapons CIS CGL 1072 10/16 Exclusion-Cyber Attack CIS CGL 1073 10/16 Exclusion-Sanctions Limitation CIS CGL 1074 10/16 Exclusion-War CIS CGL 1075 10/16 Exclusion-Nuclear Energy Liability(Broad Form) CIS CGL 1087 07/17 Exclusion-Conversion of Condominium,Townhouse and Cooperative Housing CIS CGL 1108 09/25 Exclusion-Colorado Continuous or Progressive Injury and Damage CIS CGL 1107 04/20 Exclusion-Communicable Disease CIS CGL 2005 12/15 Warranty-Roofing Operations CIS CGL 2006 0317 Warranty-Underground Utility Location CIS CGL 3003 09/25 Coverage Limitation-New Residential Construction CIS CGL 4006 01/18 Custom Homes Amendment To The Exclusion-New Residential Construction Work CIS CGL 4026 12/15 Primary And Non-Contributing Insurance CIS CGL 7002 11/17 Insured Retention Endorsement-Deductible CIS CGL 8001 12/15 Amend Limits-Designated Const. Proj General Agg Limit CIS COND 9001 10/16 Common Policy Conditions CIS COND 9002 01/19 Fraudulent Claim Condition CIS COND 9003 01/20 Anti-Stacking Endorsement CG 2404 05/09 Waiver Of Transfer Of Rights Of Recovery Against Others To Us CG 2033 04/13 Additional Insured-Owners,Lessees Or Contractors-Automatic Status When Required In Construction Agreement With You CG 2037 04/13 Additional Insured—Owners,Lessees Or Contractors—Completed Operations CIS CGL 10001 12/15 Basis Of Premium Endorsement CIS CGL 10002 03/23 Claim Notification CIS CGL 10003 12/15 WestCongress Service of Suit CIS CGL 10009 10/16 U.S.Terrorism Risk Insurance Act of 2002,As Amended,Not Purchased CIS CGL 11001 07/17 Amendment Of Premium-Special Conditions For Subcontractors Including Self Insured Retention CIS CGL 11002 06/18 Amendment Of Premium Endorsement Minimum Earned Premium WCIS END 001 12/15 Page 1 of 1 THIS ENDORSEMENT CHANGES/MODIFIES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE This endorsement changes/modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM To the extent that this insurance is afforded to any additional insured under this policy, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS,4.Other Insurance, is deleted in its entirety and replaced with the following condition: 4. Other Insurance If all of the other insurance permits contribution by equal shares, we will follow this method unless the insured is required by written contract signed by both parties, to provide insurance that is primary and non- contributory, and the "insured contract' is executed prior to any loss. Where required by a written contract signed by both parties, this insurance will be primary and non-contributing only when and to the extent as required by that contract. However, under the contributory approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares,we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. This endorsement is attached to and forms a part of the Policy as listed in the Declarations Page or Dedarations Extension Schedule,effective on the inception date of the Policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of the Policy.) Endorsement effective date: Policy No.: Endorsement No.: Named Insured: Authorized Representative CIS CGL 4026 1215 Print Date:1/29/2026 THIS ENDORSEMENT CHANGES/MODIFIES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF LIMITS - DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement changes/modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM (If no entry appears herein,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SCHEDULE OF DESIGNATED CONSTRUCTION PROJECT(S) As required by written contract signed by both parties and the insured contract is executed prior to any loss A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I —COVERAGES), 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 shown in the Declarations of this policy. 2. Subject to the Total Policy Aggregate Limit,the Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A,except damages because of"bodily injury" or"property damage"included in the"products-completed operations hazard,"regardless of the number of: a. Insureds; b. Claims made or"suits"brought;or C. Persons or organizations making claims or bringing"suits." 3. Any payments made under COVERAGE A for damages shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project.Subject to the Policy Aggregate Limit, such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence continue to apply. However,instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit and the Total Policy Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I—COVERAGES),which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever is applicable;and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. 3. Such payments will reduce the Policy Aggregate Limit. CIS CGL 8001 12 15 Page 1 of 2 1/29/2026 CIS OGL 8001.rpt C. When coverage for liability arising out of the"products-completed operations hazard"is provided,any payments for damages because of"bodily injury' or "property damage" included in the "products-completed operations hazard"will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit or the Designated Location General Aggregate Limit or the Total Policy Aggregate Limit. D. The Total Policy Aggregate Limit scheduled in the Declarations of this policy is the most we will pay for the sum of: (a) all damages covered under this policy and falling within the scheduled Designated Location(s) General Aggregate Limits described in Paragraph A. of this endorsement;and, (b)all damages covered under this policy and falling within the General Aggregate Limit,as described in Paragraph B.of this endorsement and as set forth in the provisions of Limits of Insurance (SECTION III) not otherwise modified by this endorsement. The Total Policy Aggregate Limit applies regardless of the sums indicated in the Declarations for any General Aggregate Limit,or Designated Location(s)General Aggregate Limit,as applicable to all locations(s)set forth in the Schedule above. The Total Policy Aggregate Limit applies collectively, rather than separately, to all of your scheduled locations. The Total Policy Aggregate Limit is not reduced by payments for damages covered under this policy and falling within the "products-completed operations hazard." but such payments will reduce the Products- Completed Operations Aggregate Limit,as described in Paragraph C.of this endorsement. E. For the purposes of this endorsement, DEFINITIONS(SECTION V) Is amended by the addition of the following definition: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street,roadway,waterway or right-of-way of a railroad. F. The provisions of LIMITS OF INSURANCE (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. This endorsement is attached to and forms a part of the Policy as listed in the Declarations Page or Declarations Extension Schedule,effective on the inception date of the Policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of the Policy.) Endorsement effective date: Policy No.: Endorsement No.: Named Insured: Authorized Representative CIS CGL 8001 12 15 Page 2 of 2 1129/2028 CIS CM.SOW ipt POLICY NUMBER: CSAR-CGL-0010308-01 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by written contract signed by both parties and the insured contract is executed prior to any loss Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: 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. CG 24 04 05 09 U Insurance Services Office, Inc., 200b Page 1 of 1 U Print Date:1/29/2026 COMMERCIAL GENERAL LIABILITY CG20330413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or additional insureds, the following additional organization for whom you arc performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract or agreement that such person or organization be 1. "Bodily injury", "property damage" or "personal added as an additional insured on your policy. and advertising injury" arising out of the Such person or organization is an additional rendering of. or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or injury", "property damage" or "personal and surveying services.including: advertising injury"caused, in whole or in part,by: a. The preparing, approving, or failing to 1. Your acts or omissions:or prepare or approve, maps, shop drawings. 2. The acts or omissions of those acting on your opinions, reports, surveys, field orders, behalf; change orders or drawings and specifications;or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. However, the insurance afforded to such This exclusion applies even if the claims against additional insured: any insured allege negligence or other wrongdoing 1. Only applies to the extent permitted by law; in the supervision, hiring, employment, training or and monitoring of others by that insured, if the 2. Will not be broader than that which you are "occurrence" which caused the "bodily injury" or required by the contract or agreement to "property damage". or the offense which caused provide for such additional insured. the "personal and advertising injury", involved the rendering of or the failure to render any A person's or organization's status as an professional architectural, engineering or additional insured under this endorsement ends surveying services. when your operations for that additional insured are completed. CG 20 33 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 2 Print Dab:1/29/2026 CG 20 33.rpt 2. "Bodily injury" or "property damage" occurring C. With respect to the insurance afforded to these after: additional insureds, the following is added to a. All work, including materials, parts or Section III—Limits Of Insurance: equipment furnished in connection with The most we will pay on behalf of the additional such work, on the protect (other than insured is the amount of insurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed by or on behalf of the additional have entered into with the additional insured; insured(s) at the location of the covered or operations has been completed;or b. That portion of"your work"out of which the 2. Available under the applicable Limits of Insurance shown in the Declarations; injury or damage arises has been put to its intended use by any person or organization whichever is less. other than another contractor or This endorsement shall not increase the subcontractor engaged in performing applicable Limits of Insurance shown in the operations for a principal as a part of the Declarations. same project. Page 2 of 2 ©Insurance Services Office, Inc.,2012 CG 20 33 0413 Print Dab:1/2912028 CG 20 33.rpt POLICY NUMBER:CSAR-CGL-0010306-01 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Blanket where required by written contract signed by Any location where required by written contract signed both parties and the insured contract is executed prior by both parties and the insured contract is executed to any loss prior to any loss Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused,in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and 1. Required bythe contract or agreement;or included in the "products-completed operations q g hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 Print Date:1/29/2026 Agency Code 32-0097-00 Policy Number 51-556-381-01 58504 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE - BLANKET COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION II-COVERED AUTOS LIABILITY COVER- person or organization qualifies as an insured under AGE is amended. The following provision is added. SECTION II -COVERED AUTOS LIABILITY COVER- Any person or organization is an insured for Covered AGE, A. COVERAGE, 1.Who Is An Insured. Autos Liability Coverage, but only to the extent that All other policy terms and conditions apply. 58504 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 Agency Code 32-0097-00 Policy Number 51-556-381-01 58553 (1-22) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTO PLUS COVERAGE PACKAGE - ENHANCED This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY 1. Supplementary Payments damages will be the limits shown in the SECTION II -COVERED AUTOS LIABILITY COV- COMMERCIAL AUTO PLUS COVERAGE ERAGE, A. COVERAGE, 2. Coverage Extensions PACKAGE - ENHANCED DECLARATIONS for is amended. Paragraphs(3) and (7) of a. Employees as Insureds. Supplementary Payments are deleted and replaced by the following: 3. Employee Hired Autos (3) Up to the limit shown in the COMMERCIAL a. If Hired Autos Liability coverage is shown in the AUTO PLUS COVERAGE PACKAGE - Declarations, then SECTION II-COVERED ENHANCED DECLARATIONS for AUTOS LIABILITY COVERAGE, A. Supplementary Payments for the cost of bail COVERAGE, 1.Who Is An Insured is bonds (including bonds for related traffic law amended. The following provision is added. violations) required because of an accident we An employee of yours is an insured while cover. We will not apply for or furnish such operating an auto leased, hired, rented or bonds. borrowed under a contract or agreement in an (7) All reasonable expenses incurred by an insured employee's name, with your permission, while at our request, including actual loss of earnings used in your business. up to the per day additional expenses limit Subject to SECTION II-COVERED AUTOS shown in the COMMERCIAL AUTO PLUS LIABILITY COVERAGE, C. LIMIT OF COVERAGE PACKAGE - ENHANCED INSURANCE, the most we will pay for all DECLARATIONS for Supplementary Payments. damages will be the limits shown in the COMMERCIAL AUTO PLUS COVERAGE 2. Employees as Insureds PACKAGE - ENHANCED DECLARATIONS for If Non-Owned Autos Liability is shown in the Employee Hired Autos. Declarations, then SECTION II -COVERED AUTOS b. If Hired Autos Comprehensive and Collision LIABILITY COVERAGE, A. COVERAGE, 1.Who Is Coverages are shown in the Declarations, then An Insured is amended. SECTION III - PHYSICAL DAMAGE COVER- a. b.(2) is deleted. AGE, A. COVERAGE is amended. The follow- b. The following provision is added. ing provision is added. Your employee, partner(if you are a (1) a. Comprehensive Coverage and b. Col- partnership), member(if you are a limited lision Coverage is extended to an auto liability company) or executive officer (if you your employee leases, hires, rents or are a corporation): borrows: (a) While operating a covered auto you do not (a) Under a contract in such employee's own, lease, hire, rent or borrow; and name; (b) Only while the covered auto is being used (b) With your permission; and by such employee in your business or your (c) While used in your business. personal affairs. (2) This extension does not apply to an auto c. Subject to SECTION II-COVERED AUTOS owned by: LIABILITY COVERAGE, C. LIMIT OF (a) You; INSURANCE, the most we will pay for all (b) Your employee; 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 10 Agency Code 32-0097-00 Policy Number 51-556-381-01 (c) Your partners (if you are a partnership); a. Paragraph 1.a. Comprehensive Coverage is (d) Your members (if you are a limited lia- amended. The following provision is added. bility company); When more than one covered auto is involved in (e) Your executive officers (if you are a the same loss, only one deductible shall apply. corporation); or If the deductibles differ, we shall only apply the (f) A family member of(a), (b), (c), (d)or highest deductible. (e)above. b. Paragraph 1.b. Collision Coverage is (3) Subject to SECTION III -PHYSICAL amended. The following provisions are added. DAMAGE COVERAGE, C. LIMIT OF When more than one covered auto is involved in INSURANCE, the most we will pay for any the same loss, only one deductible shall apply. one loss under this extension shall not If deductibles differ, we shall only apply the high- exceed the applicable limit shown in the est deductible. COMMERCIAL AUTO PLUS COVERAGE When provision 5.Waiver of Collision Deduct- PACKAGE - ENHANCED DECLARATIONS ible For Collision With Another Auto-Owners for Employee Hired Autos. We will reduce Insured of this endorsement also applies to the our payment by the deductible amount same loss, the deductible shall be further re- shown in that Declarations. duced to no deductible. For purposes of this provision only, an auto and 4. Fellow Employee Coverage attached trailer shall be considered two covered SECTION II-COVERED AUTOS LIABILITY COV- autos. ERAGE, B. EXCLUSIONS is amended. Exclusion 4. Fellow Employee is deleted. 7. Common Loss Deductible-Motor Cargo SECTION III- PHYSICAL DAMAGE COVERAGE, 5. Waiver of Collision Deductible for Collision with A.COVERAGE is amended. The following Another Auto-Owners Insured provision is added. SECTION III-PHYSICAL DAMAGE COVERAGE, a. If you have coverage with us or a company A. COVERAGE is amended. affiliated with us under any of the following Under paragraph 1., b. Collision Coverage is de- Motor Cargo Coverage Forms: leted and replaced by the following. (1) Motor Cargo Special Form; We will pay for loss to a covered auto or its equip- (2) Motor Cargo Named Perils Form; ment or custom furnishings under: (3) Truckmen's Gross Receipts Motor Cargo b. Collision Coverage Named Perils Form; Caused by: (4) Truckmen's Legal Liability Motor Cargo (1) The covered auto's collision with another Special Form; object; or (5) Annual Transportation Form - Named Perils; (2) The covered auto's overturn. (6) Annual Transportation Form -Special Form; When a deductible is shown in the Declarations or for this coverage,we will reduce our payment (7) Trip Transit Form by that amount. The deductible shall not apply and there is a covered loss under that Motor when a covered auto is in a collision with Cargo Coverage Form and this policy then, at another auto: your option, the auto deductible applicable to (a) We insure and which you do not own, the loss will be reduced by the amount of the rent or have in your care, custody or applicable deductible under the Motor Cargo control; or Coverage Form. In the event that more than (b) Whose owner or operator has been one auto deductible provision applies to the identified; and same covered loss, with your permission, we 1) Is legally responsible for the entire will use the deductible that benefits you the amount of the damage; and most. 2) Is covered by a property damage b. However: liability policy or bond (1) The covered losses must result from a but only if the damage exceeds the de- single occurrence and you must file a claim ductible amount. on each of the covered losses. (2) The amount of loss under each policy must 6. Waiver of Deductible for Covered Autos exceed the applicable deductible and result SECTION III- PHYSICAL DAMAGE COVERAGE, in a paid loss. A. COVERAGE is amended. 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 10 Agency Code 32-0097-00 Policy Number 51-556-381-01 (3) In no event will the amount of such (d) Money or jewelry. reduction exceed the amount of the (e) Any device designed or used to: applicable auto deductible. 1) Detect speed-measuring equipment such as radar or laser detectors; or 8. Non-Owned Trailer Physical Damage 2) Elude or disrupt speed-measuring SECTION III- PHYSICAL DAMAGE COVERAGE, equipment such as a jamming A.COVERAGE is amended. apparatus. Under 3.Coverage Extensions, paragraph a. (f) Property specifically insured. Trailers is deleted and replaced by the following. (g) Any property covered under any other a. Trailers coverage extension within this The Comprehensive Coverage and Collision endorsement. Coverage provided to a covered auto extend to Our limit of insurance under this coverage certain trailers you do not own. The trailer extension is the limit shown in the must: COMMERCIAL AUTO PLUS COVERAGE (1) Be designed for use with the covered auto; PACKAGE- ENHANCED DECLARATIONS for (2) Be used with the covered auto; and Personal Property in any one loss. No (3) Be other than a trailer of the home, office, deductible applies to this coverage extension. store, display, or passenger type. Our limit of insurance shall not exceed the limit 10. Audio,Visual or Data Electronic Equipment shown in the COMMERCIAL AUTO PLUS SECTION III-PHYSICAL DAMAGE COVERAGE, COVERAGE PACKAGE -ENHANCED A.COVERAGE is amended. DECLARATIONS for Non-Owned Trailer The following coverage extension is added. Physical Damage in any one loss. No a. We will extend the Comprehensive Coverage deductible applies to this coverage extension. and the Collision Coverage that apply to a cov- ered auto to loss to: 9. Personal Property (1) Any electronic equipment that reproduces, SECTION III-PHYSICAL DAMAGE COVERAGE, receives or transmits audio,visual, global A.COVERAGE is amended. positioning or data signals that is perma- Under 3.Coverage Extensions, paragraph c. Per- nently installed in a covered auto and was sonal Property is deleted and replaced by the not standard or optional equipment for the following. manufacturer of such covered auto for that c. Personal Property make, model and model year. The Comprehensive Coverage and the Collision (2) Tapes, discs or other similar media de- Coverage provided to a covered auto will extend signed for use with electronic equipment de- to loss to personal property contained in or on scribed in a.(1)above. such auto as follows: (3) Any accessories used with the media or (1) Comprehensive Coverage because of: equipment described in a.(1)or a.(2)above. (a) Fire; b. This coverage extension does not apply to any (b) Lightning; or property covered under any other coverage ex- (c) Theft or attempted theft if there are visi- tension within this endorsement. ble signs of someone breaking into such c. B. EXCLUSIONS is amended. Exclusion 1. is auto or the entire auto is stolen; or deleted for purposes of this coverage extension (2) Collision Coverage. only. The personal property must be owned by you, a family member or your employee. 11. Business Personal Property This coverage extension does not apply to: SECTION III-PHYSICAL DAMAGE COVERAGE, (a) Any electronic equipment that A.COVERAGE is amended. reproduces, receives or transmits audio, The following coverage extension is added. visual, global positioning or data signals. We will extend the Comprehensive Coverage and (b) Tapes, discs, or other similar media de- the Collision Coverage that apply to a covered auto signed for use with equipment described to loss to business personal property contained in or in (a)immediately above. on such auto. This coverage extension is subject to (c) Any accessories used with the media or the following: equipment described in (a)or(b) a. The business personal property must be owned immediately above. by you, a family member or your employee. 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 10 Agency Code 32-0097-00 Policy Number 51-556-381-01 b. Comprehensive Coverage is extended only for b. The most we will pay for loss to any one cov- loss because of: ered auto is the lesser of: (1) Fire; (1) The actual cash value of stolen or damaged (2) Lightning; or property at the time of loss; (3) Theft or attempted theft. (2) The cost, at local prices,to repair or replace Unless the entire auto is stolen, there must be damaged or stolen property with other prop- visible signs of someone breaking into the auto erty of like kind and quality; or for b.(3)above to apply. (3) The limit shown in the COMMERCIAL AUTO c. This coverage extension does not apply to: PLUS COVERAGE PACKAGE - (1) Any electronic equipment that reproduces, ENHANCED DECLARATIONS for Hired receives or transmits audio, visual, global Autos Physical Damage. positioning or data signals. The Comprehensive Coverage and Collision (2) Tapes, discs, or other similar media de- Coverage deductibles shown in the signed for use with equipment described in COMMERICIAL AUTO PLUS COVERAGE (1)immediately above. PACKAGE - ENHANCED DECLARATIONS for (3) Any accessories used with the media or Hired Autos Physical Damage apply separately equipment described in (1)or(2) immedi- to each auto covered by this coverage ately above. extension. (4) Money or jewelry. (5) Any device designed or used to: 13. Transportation Costs (a) Detect speed-measuring equipment SECTION III-PHYSICAL DAMAGE COVERAGE, such as radar or laser detectors; or A.COVERAGE is amended. (b) Elude or disrupt speed-measuring The following coverage extension is added. equipment such as a jamming We will reimburse you for expenses you incur for apparatus. transporting you from where a covered auto was (6) Property specifically insured. disabled, to your home, place of business or (7) Any property covered under any other coy- intended destination. Our maximum payment shall erage extension within this endorsement. not exceed the limit shown in the COMMERCIAL d. Our limit of insurance for any one loss under AUTO PLUS COVERAGE PACKAGE -ENHANCED this coverage extension shall not exceed the DECLARATIONS for Transportation Costs. No limit shown in the COMMERCIAL AUTO PLUS deductible applies to this coverage extension. COVERAGE PACKAGE -ENHANCED DECLARATIONS for Business Personal 14. Transportation Expenses Following Theft Property. SECTION III-PHYSICAL DAMAGE COVERAGE, A deductible applies to this coverage extension. A.COVERAGE, 3.Coverage Extensions is We will reduce our payment by such deductible amended. b.Transportation Expenses Following amount shown in that Declarations. Theft is deleted and replaced by: b. Transportation Expenses Following Theft 12. Hired Autos Physical Damage If Comprehensive Coverage is shown for an SECTION III- PHYSICAL DAMAGE COVERAGE, auto scheduled in the Declarations, we will pay A.COVERAGE is amended. up to the per day limit shown in the The following coverage extension is added. COMMERCIAL AUTO PLUS COVERAGE a. If Hired Autos Liability coverage is provided to PACKAGE - ENHANCED DECLARATIONS for you by this policy, or any other policy or cover- Transportation Expenses Following Theft but not age form provided by us or a company affiliated more than the per loss limit shown in that with us, then SECTION III-PHYSICAL DAM- Declarations in any one loss for transportation AGE COVERAGE,A.COVERAGE, 1.a. Corn- expenses incurred if such auto is stolen. We prehensive Coverage and b.Collision Cover- will pay such expenses incurred beginning 48 age extend to an auto(that is not a trailer)you hours after you report the theft to us and to the lease, hire, rent or borrow. police and ending when such auto is returned to This does not include any auto (that is not a use or we pay for its loss. No deductible trailer)you lease, hire, rent or borrow from any applies to this coverage extension. This of your employees, partners (if you are a coverage extension is excess of any other partnership), members (if you are a limited insurance. liability company),executive officers (if you are a corporation), or members of their households. 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 10 Agency Code 32-0097-00 Policy Number 51-556-381-01 15. Motor Cargo 7) Derailment; SECTION III-PHYSICAL DAMAGE COVERAGE, 8) Overturn; or A.COVERAGE is amended. 9) Stranding, burning or sinking of a The following coverage extension is added. ferry or lighter. a. We will extend the Comprehensive Coverage (h) Riots and civil commotion. and the Collision Coverage that apply to a (i) Strikers, lock-out workers, or persons covered auto to loss to: taking part in labor disturbances. (1) Your property owned, sold or serviced by (j) Any property covered under any other you and in the course of delivery; coverage extension within this (2) Property of others for which you are legally endorsement. liable as a truckman under a: (2) All shipments shall be valued at the actual (a) Tariff; invoice cost, including: (b) Bill of lading; or (a) Prepaid freight; and (c) Shipping receipt. (b) Cost and charges which have accrued b. This coverage extension is subject to the and become legally due on such following: shipments. (1) This coverage extension does not apply to: (3) If there is no invoice, the valuation of the (a) Accounts, bills, currency, deeds, property coverage shall be the cash market evidences of debt, notes, money, value of the article(s) covered on the date securities,jewelry, or other similar and at the place of shipment. valuables. (4) With respect to loss to any part of covered (b) Damage to live animals, except for property made up of several parts,when death or death made immediately complete for sale or use, we shall only pay necessary because of injury caused by: for the part lost or damaged. With respect 1) Fire; to damage to labels, capsules or wrappers, 2) Lightning; we shall only pay the cost of: 3) Flood; (a) New labels, capsules or wrappers; and 4) Explosion; (b) Reconditioning the goods. 5) Collision; (5) With respect to loss by breakage of eggs, 6) Derailment; we will pay only when such loss exceeds 7) Overturn; or 50%of the value of each shipping package, 8) Stranding, burning or sinking of a but we will pay no more than $250 for any ferry or lighter. one loss. (c) Painting, statuary or other works of art, (6) Our limit of insurance for all loss under this or articles that are antique or curious in coverage extension shall not exceed the per nature unless such loss is an absolute loss limit shown in the COMMERCIAL total loss caused by a peril we insure AUTO PLUS COVERAGE PACKAGE- against. ENHANCED DECLARATIONS for Motor (d) Loss by pilferage. Cargo. No deductible applies to this (e) Insects, rodents, vermin, birds, animals coverage extension. or inherent vice. (7) This coverage extension shall apply as (f) Loss from profit, loss of use or loss of excess insurance over any other specific market. insurance. (g) Leakage, evaporation, shrinkage, breakage, heat or cold, or by being 16. Air Bag Replacement(Other Than a Private Pas- scented, molded, rusted, rotted, soured senger Auto) or changed in flavor or by bending, SECTION III-PHYSICAL DAMAGE COVERAGE, denting, chipping, marring or scratching A.COVERAGE is amended. unless caused by any of the following: The following coverage extension is added. 1) Fire; a. We will extend the Comprehensive Coverage 2) Lightning; that applies to a covered auto, other than a pri- 3) Wind; vate passenger auto, for the replacement of 4) Flood; the air bag when it inflates without such auto 5) Explosion; having been involved in a Comprehensive or 6) Collision; Collision loss. 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 10 Agency Code 32-0097-00 Policy Number 51-556-381-01 b. The deductible shown in the COMMERCIAL c. C. LIMIT OF INSURANCE is deleted and AUTO PLUS COVERAGE PACKAGE- replaced by the following for purposes of this ENHANCED DECLARATIONS for Air Bag coverage only. Replacement applies to this coverage extension. (1) For each covered auto, the most we will pay We will reduce our payment by such de- for the total of all covered business income ductible amount. loss and extra expense applying to such covered auto in any one loss is the limit 17. Business Interruption shown in the COMMERCIAL AUTO PLUS SECTION III -PHYSICAL DAMAGE COVERAGE is COVERAGE PACKAGE -ENHANCED amended. DECLARATIONS for Business Interruption a. A.COVERAGE is amended. The following coy- sustained during the number of days after erages are added. period of restoration shown in that (1) Business Income Declarations regardless of the number of We will pay for the actual loss of business premiums paid or claims made. No income you sustain because of the neces- deductible applies. sary suspension of your business activities (2) The Limit of Insurance for this coverage as it during the period of restoration. The sus- applies to each covered auto may not be pension must be caused by direct and added to the limits for the same or similar accidental loss or damage to a covered auto coverage applying to other covered autos used in your business. The direct and insured by this policy to determine the accidental loss or damage to the covered amount of coverage available for any one auto must be covered under loss regardless of the number of: Comprehensive Coverage or Collision Cov- (a) Covered autos; erage, if shown in the Declarations, and (b) Insureds; must occur while such covered auto is lo- (c) Premiums paid; cated within the coverage territory. (d) Claims made; or (2) Extra Expense (e) Autos involved in the direct and We will pay the actual and necessary extra accidental loss or damage. expense you incur during the period of (3) Payments made under B. NEWLY AC- restoration because of direct and QUIRED AUTOS or D.TEMPORARY SUB- accidental loss or damage to a covered auto STITUTE AUTOS under SECTION I- used in your business. The direct and COVERED AUTOS will not increase the accidental loss or damage to the covered applicable Limit of Insurance. auto must be covered under Comprehen- d. SECTION V-CONDITIONS is amended. sive Coverage or Collision Coverage, if (1) A. LOSS CONDITIONS is amended for shown in the Declarations, and must occur purposes of this coverage only. while such covered auto is located within (a) 1.Duties in the Event of Accident, the coverage territory. Claim,Suit or Loss is amended. The b. B. EXCLUSIONS is amended. The following following provisions are added. exclusions are added. 1) Send us a signed, sworn proof of (1) For any increase of business income loss loss containing the information we caused by or resulting from the suspen- request to investigate the claim. sion, lapse or cancellation of any license, You must do this within 60 days lease or contract. However, if the after our request. We will supply suspension, lapse or cancellation is directly you with the necessary forms. caused by the suspension of business 2) Make all reasonable use of your activities, we will cover such loss that other autos to decrease your loss affects your business income during the of business income. period of restoration. 3) If you intend to continue your busi- (2) For any extra expense caused by or result- ness,you must resume all or part of ing from the suspension, lapse or cancella- your business as quickly as tion of any license, lease or contract beyond possible. the period of restoration. (b) 3.Appraisal for Physical Damage (3) For any other consequential loss. Loss is deleted and replaced by the following. 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 10 Agency Code 32-0097-00 Policy Number 51-556-381-01 3. Appraisal because of favorable business If we and you disagree on the conditions caused by the impact amount of Net Income and oper- of the direct and accidental loss ating expense or the amount of loss, or damage covered under either may make written demand for Comprehensive Coverage or an appraisal. In this event, each Collision Coverage, if shown in party will select a competent and the Declarations, on customers impartial appraiser. or on other businesses; The two appraisers will select a c) The operating expenses, includ- competent and impartial umpire. If ing payroll expenses, necessary they cannot agree, either may re- to resume business activities quest that selection be made by a with the same quality of service judge of a court having jurisdiction. that existed just before the The appraisers will state separately direct and accidental loss or the amount of Net Income and oper- damage; and ating expense or amount of loss. If d) Other relevant sources of infor- they fail to agree, they will submit mation, including: their differences to the umpire. A i. Your financial records and decision agreed to by any two will accounting procedures; be binding. Each party will: ii. Bills, invoices and other a. Pay its chosen appraiser; and vouchers; and b. Bear the other expenses of the iii. Titles, liens or contracts. appraisal and umpire equally. 2) The amount of extra expense will If there is an appraisal, we will still be determined based on: retain our right to deny the claim. a) All expenses that exceed the (c) 4. Loss Payment-Physical Damage normal operating expenses that Coverage is deleted and replaced by would have been incurred by the following. business activities during the 4. Loss Payment period of restoration if no We will pay for covered business direct and accidental loss or income loss or extra expense with- damage had occurred. We will in 30 days after we receive the deduct from the total of such sworn documentation addressed in expenses: Paragraph d.(1)(a)1), if you have i. The salvage value that re- complied with all of the terms of this mains of any property policy and: bought for temporary use a. We have reached agreement during the period of resto- with you on the amount of such ration, once business ac- loss; or tivities are resumed; and b. An appraisal award has been ii. Any extra expense that is made. paid for by other insurance, (d) Loss Determination is added. except for insurance that is 1) The amount of business income written subject to the same loss will be determined based on: plan, terms, conditions and a) The Net Income of your busi- provisions as the coverage ness activities before the direct provided by this coverage and accidental loss or damage provision; and occurred; b) Necessary expenses that re- b) The likely Net Income of your duce the business income loss business activities if no direct that otherwise would have been and accidental loss or damage incurred. had occurred, but not including (e) Resumption of Operations is added. any Net Income that would likely Resumption of Operations have been earned as a result of 1) We will reduce the amount of your an increase in the volume of business income loss, other than your business activities extra expense,to the extent you 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 10 Agency Code 32-0097-00 Policy Number 51-556-381-01 can resume business activities, in there had been no direct and accidental loss whole or in part, by using any or damage to your covered auto. Extra property. expense includes expenses which are 2) We will reduce the amount of your incurred: extra expense loss to the extent (a) To avoid or minimize the suspension of you can return business activities to business activities and to continue busi- normal and discontinue such extra ness activities; expense. (b) To minimize the suspension if you can- 3) If you do not resume business ac- not continue business activities; or tivities, or do not resume business (c) For temporary use of other autos. activities as quickly as possible, we (3) (a) Period of restoration means the period will pay based on the length of time of time that: it would have taken to resume busi- 1) Begins: ness activities as quickly as a) 72 hours after the time of direct possible. and accidental loss or damage (2) B. GENERAL CONDITIONS is amended. for business income coverage; 2.Other Insurance is deleted and replaced or by the following for purposes of this b) Immediately after the time of coverage only. direct and accidental loss or 2. Other Insurance damage for extra expense a. You may have other insurance sub- coverage ject to the same plan,terms, condi- caused by or resulting from direct tions and provisions as the insur- and accidental loss or damage cov- ance provided under this policy. If ered under Comprehensive Cover- you do, we will pay our share of the age or Collision Coverage, if shown covered business income loss or in the Declarations, to a covered extra expense. Our share is the auto used in your business; and proportion that the applicable Limit 2) Ends on the earlier of the: of Insurance under this coverage a) Date when your covered auto provision bears to the Limits of In- used in your business should surance of all insurance covering on be repaired or replaced with the same basis. reasonable speed and like kind b. If there is other insurance covering and quality; or the same business income loss or b) Date when business activities extra expense, other than that de- are resumed. scribed in Paragraph 2.a. above,we (b) Period of restoration does not include will pay only for the amount of cov- any increased period required because ered business income loss or ex- of the enforcement of or compliance tra expense in excess of the with any ordinance or law that: amount due from that other insur- 1) Regulates the use or repair of any ance, whether you can collect on it property, or requires updated emis- or not. However, we will not pay sions controls or safety features more than the applicable Limit of which were not part of the covered Insurance. auto used in your business prior to e. SECTION VI-DEFINITIONS is amended. The the direct and accidental loss or following Definitions are added. damage; or (1) Business income means the: 2) Requires anyone to test for, mon- (a) Net Income (Net Profit or Loss before itor, clean up, remove, contain, income taxes)that would have been treat, detoxify or neutralize, or in earned or incurred; and any way respond to, or assess the (b) Continuing normal operating expenses effects of pollutants. incurred, including payroll. The expiration date of this policy will not cut (2) Extra expense means necessary expenses short the period of restoration. (other than the expense to repair or replace (4) Suspension means the slowdown or cessa- property)that you would not have incurred if tion of your business activities. 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 10 Agency Code 32-0097-00 Policy Number 51-556-381-01 18. Replacement Cost on New Vehicles we will pay for damages to the rented private SECTION III-PHYSICAL DAMAGE COVERAGE, passenger auto because of or resulting from C. LIMIT OF INSURANCE is amended. Paragraph the diminished value. 2.is deleted and replaced by the following. 2. We will, at our option, replace an auto sched- 20. Auto Loan/Lease Gap Coverage uled in the Declarations with a new one of equal SECTION III-PHYSICAL DAMAGE COVERAGE is value or pay you your original purchase price if: amended, with respect to only a covered auto that is a. Such auto is not a motorcycle; a private passenger auto and is scheduled in the b. You purchased it new; Declarations. c. We determine the loss cannot be repaired; a. A.COVERAGE is amended. The following and coverage is added. d. The loss occurs within the number of days We will cover the outstanding loan or lease of purchase shown in the COMMERCIAL amount in the event of the theft or constructive AUTO PLUS COVERAGE PACKAGE- total loss of a covered auto. ENHANCED DECLARATIONS for b. C. LIMIT OF INSURANCE is amended. The Replacement Cost on New Vehicles. following paragraph is added. As it applies to this coverage only, a motor- With respect to the original loan or original lease cycle means a vehicle having a saddle or seat on the covered auto for which this endorsement for the use of the rider, designed to travel on not applies and which has not been previously titled, more than three wheels in contact with the if we determine that the covered auto is stolen ground,which is equipped with a motor that ex- or a constructive total loss, we shall pay the ceeds fifty cubic centimeters piston displace- greater of: ment. The wheels on any attachment to the a. The actual cash value of the covered auto; vehicle shall not be considered as wheels in or contact with the ground. b. The amount for which you are liable under the terms of the loan or lease to which the 19. Rental Auto Gap covered auto is subject, less: SECTION III-PHYSICAL DAMAGE COVERAGE, 1) All loan or lease payments which are C. LIMIT OF INSURANCE is amended. overdue as of the date of the loss; The following provision is added. 2) The amount of the loan or lease a. If the first Named Insured is: agreement cost associated with an (1) An individual; or electric vehicle charging station or dock; (2) Other than an individual with the Drive Other 3) The amount of the loan secured by Car Coverage-Broadened Coverage for other property; Named Individuals endorsement with 4) Amounts included in the loan which Comprehensive and Collision Coverages; were unsecured by the auto at the time and of the loan; b. If the auto is: 5) The amount of a loan balance (1) A rented private passenger auto; transferred from another auto loan; (2) Not a total loss; and 6) Financial penalties imposed or which (3) Sold in its damaged condition rather than would have been imposed under the repaired, as decided by the rental company lease as a result of high mileage, from which you rented the auto, we will pay excessive use or abnormal wear and the amount for which: tear; (a) You, if an individual; or 7) Security deposits not refunded by the (b) The individual listed on the Drive Other lessor; and Car Coverage-Broadened Coverage 8) Costs of any warranty, extended service for Named Individuals endorsement, if agreement or insurance. you is other than an individual are liable under the terms of the rental 21. Primary and Noncontributory- Blanket Coverage agreement; or SECTION V-CONDITIONS, B.GENERAL c. If the auto is: CONDITIONS, 2.Other Insurance is amended. (1) A rented private passenger auto; The following provision is added. (2) Not a total loss; and When this insurance is primary and there is other (3) Repaired insurance for any person or organization, other than 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 10 Agency Code 32-0097-00 Policy Number 51-556-381-01 a Named Insured, which covers liability for your the recovery is prorated between you and us based operations, contribution from such other insurance on the interest of each in the loss. This condition shall not be sought by us when: only applies if we pay for a loss and then payment a. There is a written agreement between you and is made by those responsible for the loss. such person or organization that this insurance However, we waive our right to recover payments shall be primary and without the right of contri- made for bodily injury or property damage: bution; and a. Covered by the policy; and b. Such written agreement was in force prior to any b. Arising out of the operation of autos covered by bodily injury or property damage. the policy, in accordance with the terms and conditions of a written contract between you and 22. Waiver of Our Right to Recover Payments such person or organization (Waiver of Subrogation)-Blanket only if such rights have been waived by the written SECTION V-CONDITIONS, A. LOSS contract prior to the accident or loss which caused CONDITIONS is amended. The following provisions the bodily injury or property damage. are added to 5.Our Right to Recover Payments. If the claim paid is less than the agreed loss All other policy terms and conditions apply. because of any deductible or other limiting terms, 58553 (1-22) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 10 of 10 PINN/COL Policy# 4171083 Policy Name G2 Construction LLC ASSURANCE NCCI # WC000313B 01/06/2026 Insurer Pinnacol Assurance 7501 E. Lowry Blvd Denver, CO 80230 303.361.4000/800.873.7242 pinnacol.com Agent Bradley Insurance Group 1350 Independence St, Suite 200 Lakewood, Colorado 80215 303.480.5005 Endorsement: Blanket Waiver of Subrogation Endorsement Endorsement issued to: G2 Construction LLC 1739 S County Road #13C Loveland, Colorado 80537 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss. Effective Date: 02/01/2026 Pinnacol Assurance has issued this endorsement on 01/06/2026 Policy Period: 02/01/2026- 02/01/2027 1 of 1 359-B 7501 E. Lowry Blvd, Denver, CO 80230 support@pinnacol.com 303.361.4000/800.873.7242 Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job G2 CONSTRUCTION LLC SUP-51 846 aid linked here to add a Q supplier in Workday. Contract Name* Contract ID Parent Contract ID DACONO HOUSEHOLD HAZARDOUS WASTE BUILDING 10445 RENOVATION Requires Board Approval Contract Lead* YES Contract Status CNAIBAUER CTB REVIEW Department Project# Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE CONSTRUCTION SERVICES TO RENOVATE THE EXISTING DACONO HHW BUILDING Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 03/07/2026 GROUNDS 03/1 1 /2026 Amount* $251,794.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO v Does Contract require Purchasing Dept. to be included?* Automatic Renewal Department Head Email YES Grant CM-BuildingGrounds- DeptHead@weld.gov Bid/RFP#* IGA B2600006 County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 07/31 /2026 Termination Notice Period Expiration Date* Committed Delivery Date 07/31 /2026 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 03/11 /2026 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/10/2026 03/11 /2026 03/11 /2026 Final Approval BOCC Approved Doc ID# AG 031626 BOCC Signed Date BOCC Agenda Date Originator CNAIBAUER 03/16/2026 FACILITIES DEPARTMENT = (970) 400-2020 r C v COUNTY 1 105 H St., P.O. Box 758 Greeley, CO 80632 February 18, 2026 To: Board of County Commissioners From: Patrick O'Neill Subject: Household Hazardous Waste — Dacono Remodel - B2600006 As advertised, this bid is for the renovation of Weld County's Dacono Household Hazardous Waste Facility. The low bidder was KR Construction Group, Inc., for $152,595.17, but did not meet the bid specifications due to an incomplete bid response that was missing Fire Alarm and Fire Suppression costs. The second low bid was G2 Construction, LLC, in the amount of$251,794.00, and meets or exceeds specifications. Since the first low bidder did not meet bid specifications, Weld County Facilities is recommending awarding the second low bidder G2 Construction, LLC, in the amount of $251,794.00. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Facilities Director 2026-0380 Z/ZS 13E100? Weld County Finance Department I,�n / ETN Purchasing Division vbidsweld.gov 1301 North 17th Avenue ,la Greeley, Colorado 80631 Bid Opening Tabulation Title: Household Hazardous Waste — Dacono Remodel Bid Number: B2600006 Department: Facilities Bid Opening Date: February 11, 2026 Approval Date: February 25, 2026 Vendor(s) Name Total Amount KR Construction Group Inc. 1029 S. Sierra Madre Street, Suite A $152,595.17 Colorado Springs, CO 80903 G2 Construction LLC 5805 Mangrove Court $251,794.00 Loveland, CO 80538 WCC Construction LLC 1112 Oxborough Land $269,900.00 Fort Collins, CO 80525 TCC Corporation 6820 Powell Street $276,344.00 Loveland, CO 80538 SCS, Inc. -- - -- - - --- �I 7036 S Dahlia Street $328,316.00 Centennial, CO 80122 The Facilities Department is reviewing the proposals. Brave Bear Custom Builders 7741 O'Connor Road $362,850.00 Boulder, CO Halcyon Construction, Inc. 3540 State Highway 52 $399,853.56 Frederick, CO 80516 Growling Bear Co Inc. 23304th Avenue $432,401.00 Greeley, CO 80631 Barba & Sons Construction, Inc. 15269 Navajo Street Non-responsive Broomfield, CO 80023 Ranack Corporation of Colorado, General Contractors Non-responsive 652 S. County Road 9E Loveland, CO 80537 The Facilities Department is reviewing the proposals.
Hello