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
20260387
Resolution Approve Purchase and Installation Agreement for Replacement Roof Top Units (RTUs) at 1401 North 17th Avenue, Greeley, and Authorize Chair Pro-Tern to Sign — MTECH Mechanical Technologies Group, Inc. Whereas, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and Whereas, the Board has been presented with a Purchase and Installation Agreement for Replacement Roof Top Units (RTUs) at 1401 North 17th Avenue, Greeley, between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Facilities Department, and MTECH Mechanical Technologies Group, Inc., commencing upon full execution of signatures, with further terms and conditions being as stated in said agreement, and Whereas, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. Now, therefore, be it resolved by the Board of County Commissioners of Weld County, Colorado, that the Purchase and Installation Agreement for Replacement Roof Top Units (RTUs) at 1401 North 17th Avenue, Greeley, between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Facilities Department, and MTECH Mechanical Technologies Group, Inc., be, and hereby is, approved. Be it further resolved by the Board that the Chair Pro-Tem be, and hereby is, authorized to sign said agreement. The Board of County Commissioners of Weld County, Colorado, approved the above and foregoing Resolution, on motion duly made and seconded, by the following vote on the 25th day of February, A.D., 2026: Scott K. James, Chair: Excused +� Jason S. Maxey, Pro-Tem: Aye I SLal% Perry L. Buck: Aye ! Ay. 0 Lynette Peppier: °� �� Y pp Aye Y �,�� ���'._ Kevin D. Ross: Excused ' Approved as to Form: ��IA1I, Bruce Barker, County Attorney Attest: Esther E. Gesick, Clerk to the Board cc B G(Po/MB/c N) 2026-0387 u3\ \k\aLx, BO0028 Curacy-- It$ .103g5 `_'18 ., FACILITIES DEPARTMENT �i4 v n PHONE: (970)400-2020 1, ; FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us ,_roc , 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 10, 2026 To: Board of County Commissioners Re: 1401 N.17T" RTU replacement The 2026 budget included a line item to replace the Roof Top Units (RTU's) at 1401 N. 17TH Ave. The RTU's were scheduled to be replaced later this year. The intense windstorm on January 16th, 2026, lifted some of them off of their curbs, broke the gas lines and laid them on their sides. They need to be replaced immediately. Weld County Code Section 5-4-80 titled Expenditures Not Requiring a Procurement Process. Item 18 in this section identifies"non-routine repairs, maintenance, and service agreements required by the Director of Buildings and Grounds(Facilities Department) to maintain County facilities"are exempt and may be purchased directly from those sources. This non-routine purchase and installation agreement is needed to maintain the safety and comfort of the building and its occupants. MTECH Mechanical has provided pricing to provide the materials, labor and equipment to replace the damaged RTU's for$341,066,00 and are available to start the project immediately. Therefore, Facilities Department is recommending entering this contract with MTECH Mechanical to replace the roof at 1401 N. 17TH Ave in the amount of$341,066.00. Sincerely, Patrick O'Neill Director 2026-0387 2/Z5 13 e-i 0 z`8" BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW PASS-AROUND TITLE: 1401 N. 17TH Ave roof top unit replacement emergency contract DEPARTMENT: Facilities DATE: February 10, 2026 PERSON REQUESTING: Patrick O'Neill Brief description of the problem/issue: During the windstorm on January 16, 2026, the roof top units (RTU's) were blown off of their curbs and damaged. Facilities currently has some of them operating but they need to be replaced. We are requesting to use the expenditures not requiring a procurement a procurement process clause, County Code section 5-4-80 to purchase these goods and services on an emergency basis. What options exist for the Board? 1) Approve the request 2) Deny the request Consequences: The bid process will add approximately 2 months to this process. These RTU's need to be replaced as soon as possible. Impacts: Costs (Current Fiscal Year 1 Ongoing or Subsequent Fiscal Years): $341,066.00 already included in the 2026 budget Recommendation: Facilities recommends placing this contract on an upcoming BOCC meeting for approval. Support Recommendation Schedule • Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross PURCHASE AND INSTALLATION OF EQUIPMENT AGREEMENT BETWEEN WELD COUNTY AND MTECH MECHANICAL FOR 1401 N. 17TH AVE. RTU REPLACEMENT THIS AGREEMENT is made and entered into this Z Jday of V--ebvt , 2026, by and between the Board of Weld County Commissioners, on behalf of Facils, hereinafter referred to as "County," and MTECH Mechanical, 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 Contractor's Response to County's Request for proposal. 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. 1 ZOZ(P -08V 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 $341,066.00 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 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 by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement 3 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 bodily injury, property damage, completed operations and liability assumed under an insured contract and defense costs., covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds 4 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. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Installation Floater Coverage equal to the initial Contract Amount including labor and expenses, policy shall include the following provisions: a. The County, Contractor, subcontractor and any others with an insurable interest in the work shall be Insureds on the policy. b. Coverage shall be written on a Covered Cause of Loss-Special Form, replacement cost basis and shall include coverage for flood and earth movement as well as coverage for losses that may occur during equipment testing. c. Policy shall be maintained until whichever of the following shall first occur: (1) final payment has been made; or (2) until no person or entity, other than the County has an insurable interest in the property required to be covered. d. Policy shall be endorsed such that the insurance shall not be canceled or lapse because of any partial use or occupancy by the County. e. The Installation Floater must provide coverage from the time the equipment/material becomes the responsibility of the Contractor and shall continue without interruption during the installation, including any time during which the equipment/material is being transported to the installation site, or awaiting installation, whether on or off site. 5 1 f. Policy shall contain a waiver of subrogation in favor of the County. g. Contractor is responsible for the payment of all deductibles under the Installation Floater policy 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 the County, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by 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 6 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. 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. 7 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 8 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: Name: Marc Wagner Position: Service Sales Manager Address: 12300 Pecos Street, Westminster CO., 80234 E-mail: marc.wagner@mtechg.com Phone: 970-624-8000 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street, Greeley CO 80631 E-mail: poneill@weld.gov Phone: 970-400-2023 9 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, 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 10 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 B 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. 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 11 statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communidations between the parties relating to the subject matter of this Agreement. CONTRACTOR* Bv: /��� Name: TAL 0. Ct,4RK Date of Signature: 2/13/202 Title:Ailttlik Ablikiccc,7(/dm'kti/_ Gocr247,0 WELD COUNTY: ATTEST: .. ise.r401 . += .Jid.uh,:i.z.iBOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld County Clerk to the Board `' :� BY: ' Dep ty C erk to the Board Jason S. Maxey, Chair ro-Tem I,,,,,,,� FEB 2 2026 \ Eta♦ 1861 �!„�Nair :,'t � 12 ZO21p -0� C1 NAIN OFFICE r,1OUNTAINS SOUTHERN COTORADO NORTHERN COLORA00 MTECI 12300 Pecos Street 1353 Chambers Avenue 977 Elkton Drive 3597 Draft Horse Ct. Westminster,CO 80234 PO BOX 6611 Colorado Springs,CO 80907 Loveland,CO 80538 MECHANICAL aI 303 650 4000 Eagle,CO 81631 et 719 782 4000 M 970 624 8000 F 303 650 6800 M 970 949 0388 wvnv.mtechg.com Exhibit A February 2, 2026 Weld County 1401 N 17th Ave Greeley, CO 80631 Project: Replace all Nine(9)RTUs and Three(3)exhaust fans at the 1401 N 17th Ave location Proposal for: Alex Engelbert Dear Alex, MTech Mechanical is pleased to submit our pricing to replace all nine RTUs and three exhaust fans at the 1401 N 1781 St building in Greeley, CO, Our price includes a one-year warranty on all MTech supplied and installed equipment and workmanship. This pricing is valid for 30 days from the date of this proposal. SCOPE 1. Weld county to pull necessary permits. 2. Disconnect and remove the nine existing Carrier RTUs and three exhaust fans. 3. Coordinate and manage all work with subcontractors crane (two mobilizations), controls, electrician, balancers,and equipment vendors). 4. Provide and install new Carrier RTUs (9), and exhaust fans (3). Repair existing gas lines, add gas regulators to new units, paint and support all new gas piping, replace existing duct detectors (2). Setpoint to install new controls for all RTUs, Electricians will replace all unit disconnects and replace convenience outlets to meet code. Air balancers to re-balance the whole building and perform a pre- balance report. 5. Mtech will properly handle disposal off all equipment replaced. 6. Startup and verify proper operation of all new equipment. 7. Meet with inspectors once all work is completed. CLARIFICATIONS 1. If MTech material prices increase significantly, the price of the proposal shall be equitably adjusted by an amount reasonably necessary to cover any such significant price increases. 2. MTech shall not be responsible for costs due to changing material lead times or resulting delays. 3. Ali personal protective equipment and necessary tools are included. 4. Credit card payments are subject to a 3% increase on total invoice. 5. Future electrification or energy performance requirements by local authorities, the State of Colorado or the City of Denver have not been analyzed as part of this proposal. If desired, MTech Energy can provide a feasibility study.This work is not included in this proposal's scope or pricing. 6. This proposal assumes that the existing building controls, electrical,structural, gas, utilities,etc.are all in good working order and sufficient to work with this new equipment. Modification of any kind to these existing items is not included in this proposal's scope. 7. This proposal is based upon today's material and equipment costs and escalation allowances are not included. Unforeseen costs escalations, e.g. due to tariffs, may necessitate modification or retraction of this proposal. Colorado State Plumbing Contractor.PC,0003205 I Colorado Master Plumbing License:MP.00188038 MTECH M1CNANSCAL EXCLUSIONS 1. Payment and Performance Bond excluded. 2. All roofing activities are excluded. 3. Taxes are excluded. 4, Overtime is excluded. 5. Quick ship fees are excluded. 6. Any work not specified in the above scope is excluded. 7. Both parties, Client and MTech, waive claims against each other for consequential damages arising out of or relating to this Agreement. 8. Cost to satisfy any domestic procurement requirements (i.e. Buy American Act; Buy America; Build America, Buy America Act or similar legal requirements)for materials, equipment, suppliers furnished in connection with the proposed scope of work. 9. 10. Costs to comply with prevailing wage requirements(i.e. Davis Bacon or similar state or local laws). PRICING LUMP SUM: $341,066.00 MTech will submit monthly billings for its Work. Failure to object to the billing amount within seven(7)days waives any right to dispute the amount billed. Payments are due 30 days from invoice date. Overdue invoices shall accrue at an interest rate of 3.75% per month. Any cost MTech incurs associated with collecting amounts owed shall be paid by customer, including reasonable attorneys'fees. Please do not hesitate to call if you have questions or comments concerning this proposal. Work Authorization Signature: Date: Print Name: Title: proposal via e-mail. Sincerely, Marc Wagner I Service Sales Manager 970 803 7823 CELL 303 650 4000 MAIN 970 624 8000 24/7 SERVICE REQUESTS 3 ® A�oRE CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDD/YYYY) 5/19/2025 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 NAME: Paige Shryack Holmes Murphy&Associates PHONE FAX 2727 Grand Prairie Parkway WC.NL.Eat):515-974-4616 (A/C,No): Waukee IA 50263 ADDRESS: pshryack®holmesmulphy.com INSURER(S)AFFORDING COVERAGE NAIC II INSURER A:The Continental Insurance Company 35289 • INSURED MTEMECPC INSURER a:Berkley Assurance Company 39462 MTech Mechanical Technologies Group Inc 12300 Pecos St INSURER C:XL Specialty Insurance 37885 Westminster,CO 80234 INSURERD:Arch Insurance Company 11150 • INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1347261826 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. IN TRSUBR POLICY EFF POLICY EXP TYPE OF INSURANCE INSD WVD POLICY NUMBER LMl LIMITS (MDD/YYYY) (MM1DD/YYYY) D X COMMERCIAL GENERAL LIABILITY ZAGLB1054800 5/1/2025 5/1/2026 EACH OCCURRENCE $2,000,000 AMAGE TO RENTED CLAIMS-MADE I X I OCCUR PR M SES(Ea occurrence) $1,000,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY X JEC I X I LOC PRODUCTS-COMP/OP AGO $4,000,000 OTHER: $ O AUTOMOBILE LIABILITY ZACAT9340000 5/1/2025 5/1/2026 COMacciBINdent)EDSINGLELIMIT $2,000,000 (Ea X ANY AUTO BODILY INJURY(Per person) $ OWNED r----SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) A UMBRELLA LIAB X OCCUR 6080476807 5/1/2026 5/1/2026 EACH OCCURRENCE $10,000,000 X EXCESS LIAR CLAIMS-MADE AGGREGATE $10,000,000 _ DED RETENTION$ $ D WORKERS COMPENSATION ZAWCI1066300 5/1/2025 5/1/2026 X AND EMPLOYERS'LIABILITY STATUTE OTH- ER ANYPROPRIETORIPARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 E yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B Protesstonal/Pollution PCADB50277430525 5/1/2025 5/1/2026 EachClaim/Agg 5,000,000 C Installation Floater UM00181596MA25A 5/1/2025 5/1/2026 Dmit 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) RE:Weld County Court House IDF A/C upgrade. Weld County-1105 H Street Greeley Colorado,80631 is an additional insured on General Liability as required by written contract with the insured,per policy terms and conditions. The General Liability and Worker's Compensation includes a Waiver of Subrogation in favor of Weld County as required by written contract with the insured,per policy terms and conditions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County 1105 H Street AUTHORIZED REPRESENTATIVE Greeley CO 80631 COOkity ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: ZAGLB1054800 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations ALL PARTIES WHERE REQUIRED BY A ALL LOCATIONS PER WRITTEN CONTRACT WRITTEN CONTRACT OR WRITTEN OR WRITTEN AGREEMENT ON FILE. AGREEMENT ON FILE. 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 additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed;or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. 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 10 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable limits of additional insureds, the following is added to insurance; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable limits of insurance. will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement;or Page 2 of 2 ©Insurance Services Office, Inc.,2018 CG 20 10 12 19 j POLICY NUMBER: ZAGLB1054800 COMMERCIAL GENERAL LIABILITY CG 20 37 12 19 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 ALL PARTIES WHERE REQUIRED BY A ALL LOCATIONS PER WRITTEN CONTRACT OR WRITTEN AGREEMENT ON FILE. WRITTEN CONTRACT OR WRITTEN AGREEMENT ON FILE. 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 included in the"products-completed operations hazard". 1. Required by the contract or agreement; or However: 2. Available under the applicable limits of 1. The insurance afforded to such additional insurance; insured only applies to the extent permitted by whichever is less. law; and This endorsement shall not increase the 2. If coverage provided to the additional insured is applicable limits of insurance. 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 1219 ©Insurance Services Office, Inc., 2018 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and • CG 20 01 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of I POLICY NUMBER:ZAGL61054800 COMMERCIAL GENERAL LIABILITY CG 24 04 1219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE 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 against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s)shown in the Schedule above. • CG 24 04 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - BLANKET ❑L1llLI1JJd D1 11 l❑ OE❑1®®m l i i r❑�❑i�ammrrmrm® i A❑❑❑OD❑AL❑R❑®❑❑❑RAG❑®❑RMO B❑❑®❑❑❑LA❑D0 ELM❑❑RAG❑®❑RM❑ MO0❑RUDARR®R®❑L❑RAG000RM❑ LILd[r Covered Autos Liability Coverage®❑ONho is An Insured Erma>mO®❑❑❑d❑i®EDIc1uILLJ I i i''IIILT_7CIl"=Ea 0:100a 11170000❑❑> ILrL]0VJal linlatiaBrMICELD[r [nffTImr Elltl jLILUJ U "IlJ.uitt Ed"MEd Q'GIBIL® LILLLI'UDOLItQTL I n i i I I u Y®IJULLJW Er MD LEHILLEMIJIBULLUILKED1il I[Covered Autos Liability Coverage=lad❑dfIL]dQ IID A®[IIDTIIIT❑CantLInn TIRCIIIMIMEIMMEEILIUMILLMIUD ❑ I 1s1 iS i}I 1E Dal❑lIi rimmIiiiIlIliii ❑ ! 000=m CCITILMEKII9340000 ❑EITI0d1:1Thmal Otgraglinlechanical Technologies Group, Inc, 0❑®111l I i 1 manimu=accurmcccomuri❑®IDS ❑®®��® I ❑❑du-1 I i I umaccuiluallaMEEM125 00®A01151DOC1 01 DD ❑m❑i ullln❑ 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT - DESIGNATED CONTRACT(S) This endorse❑ent❑odiEis insurance pro❑ded under the alto❑ing❑ ❑❑SI❑❑SS AUTO CO❑❑RAG❑DORM GARAG❑CO❑❑RAG❑ DORM SCHEDULE Designated Contract(s): ALL PARTIES WHERE REQUIRED IN A WRITTEN CONTRACT ❑ ith respect to the contractlID designated in the Schedule a❑cCe, it is agreed that the ®IIo❑ing suLparagraph e. is added to SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph B. 5. and SECTION V—GARAGE CONDITIONS, Paragraph B.5. 5. Other Insurance e. ❑ith respect to SECTION II - LIABILITY COVERAGE, Dhere Cbu are speciltbalID reCUired ma Dritten contract designated in the Schedule aCbE to pro[ide insurance that is pri❑ar❑ and nonitontri❑utorq and the Dritten contract designated in the Schedule a❑oLe so re❑uiring is eEIIcuted m Cbu Cel re an❑IIccidentq this insurance Dill ❑e priDar❑and the other insurance Dill not contriLUte Dith this insurance, rut oniD to the eCtent re❑uired ❑❑that Dritten contract. All other terD s and conditions ol:this Polic❑re❑ain unchanged. ❑ndorse❑ent ❑u❑Del] Polic❑❑u❑Cler❑ZACAT9340000 ❑a❑ed InsuredEMTech Mechanical Technologies Group, Inc. This endorse❑ent is etlitctice on the inception date oLthis Polic❑unless otherDise stated herein❑ ❑ndorse❑ent❑Ecti[b DateD 05/01/25 00 CA011❑00 04 10 Page 1 ot3t • • POLICY NUMBER: ZACAT9340000 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MTech Mechanical Technologies Group, Inc. Endorsement Effective Date:05/01/25 SCHEDULE Name(s)Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. • CA 04 44 10 13 ©Insurance Services Office, Inc.,2011 Page 1 of 1 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 Md. 4❑1340 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT ❑e haf: [he righ05 recoClEir our pail en[ Cr70o❑ an❑me Bade ®r an inlur❑coEbred ❑❑[bis polic❑ ❑e Dill no❑enmrce our righ❑agains❑the person or organiEa[ibn nailed in [he Schedule. [This agree❑en❑applies onl❑[ [he e❑:bn❑[ba❑ Cbu perUbrO ❑or❑under a ❑ri[In conffac❑[ha❑ae❑.Iires ❑bu °Clain [his agree❑en❑.fo❑ us.❑ This agree❑enC shall no❑operaCe direclElor indirecan O CenellainCOne no❑iafl ed in [he Schedule. Schedule ANY PERSON OP. ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO DATE OF LOSS. { This endorse❑enLirhanges the polic❑I Dhich i❑s ached and is eDcGLe on [he dam,issued unless oiler❑ise s[ [d. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) ❑ndorse❑en[U[I cifih 05/01/25 Polic❑No. ZAWCI1066300 ❑ndorse❑enENo. Insured MTech Mechanical Technologies Group, Inc. Pre❑iu❑ Insurance Con pan ARCH INSURANCE COMPANY Countersigned❑D moCI70130❑❑ WC000313 End.4®4❑ 01983 National Council on Compensation Insurance. Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job MTECH MECHANICAL SUP-41643 aid linked here to add a TECHNOLOGIES GROUP INC Q supplier in Workday. Contract Name* Contract ID Parent Contract ID REPLACE HVAC ROOF TOP UNITS ON 1401 N 17TH 10385 AVE Requires Board Approval Contract Lead* YES Contract Status CNAIBAUER CTB REVIEW Department Project# Contract Lead Email cnaibauer@weld.gov Contract Description* REPLACE THE RTU'S THAT WERE DAMAGED BY WIND STORM. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 02/19/2026 GROUNDS 02/23/2026 Amount* $341,066.00 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 EMERGENCY County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY@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 05/31 /2026 Termination Notice Period Expiration Date* Committed Delivery Date 05/31 /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 02/18/2026 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 02/17/2026 02/18/2026 02/18/2026 Final Approval BOCC Approved Doc ID# AG 022526 BOCC Signed Date Originator BOCC Agenda Date CNAIBAUER 02/25/2026
Hello