Loading...
HomeMy WebLinkAbout20242948 Attachment A ADDITIONAL SERVICE FEES On-Call Hourly Rate-Normal $ 150.00 Hourly Rate-Holiday $ 300.00 Hourly Rate-Other $ 225.00 Scheduled Hourly Rate-Normal $ 150.00 Hourly Rate-Holiday $ 225.00 Hourly Rate-Other $ 300.00 Markup Parts& Lubricants 10-50%0 Additional Fees Travel-$2.00 per mile Annual Contract Escalation 5% Arn e CERTIFICATE OF LIABILITY INSURANCE DATE M"oD rYv 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 INSURERISI. AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT If the certificate holder Is an ADDITIONAL INSURED.the policylies)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 Peter"Noy Y GIA Risk Management PHONE 303 525 8412 FAX AC.No.EAR. IA'C•Not 9195 West 44th Avenue -MAIL ADDRESS Pau1bY@elPa INSURER(I)AFFORDING COVERAGE NA1C• Nheal Ridge CO 80033 MCRAER A Liberty Mutual Insurance Company NSWEO rwRER a Liberty MuGIM1 Insurance Company Veloaty Power INSURER C 405 Foxtail Dnve INSURER D INSLRER E HUd500 CO 80042 INSURER 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 CLAMS _ _ LTA um WWI POLICY MUMMER -_ IMWOOrTYYY1 !MNWY�1 INSR TYPE OF IMSURAMCM L BURR WARS X COMMERCIAL GENERAL LIAMkftY EACH OCCURRENCE S 1000.000 X DAMAGE TO RENTED CLAIMS MADE OCCUR PREMISES ita OGRE7KO: .S 11X).000 MED EXP(f onessanml S 5.000 a X X BLS(25)63 16 64 92 06012025 06012026 PERUYN a s ADv amps s 1.000 000 ..1ENt AGGREGATE LIMIT APPLIES PER -._ GENERAL AGGREGATE--__/ 2000.0(X) X POLICY _VT LOC PRODUCTS-COMPOP ACC S 2.000.000 OTHER AUTOMOMME UNMET COMBINED SINGLE LIMIT S E a acaam ANY AUTO BODILY NNXM,PH Dents S OWNED SCHEDULED BOOUY IN.MiV IPw WOW' l S ,AUTOS ONLY .__AUTOS HIRED NOKOWNED PROPERTY DAMAGE AUTOS ONLY .AUTOS ONLY IP5 KOCIeIII UIIMELLA LINO OCCUR• EACH OCCURREN,-E S EXCESS LIAR IM_CLASMAOE AGGREGATE S DED RETENTIONS WORKERS COMPENSATION • PER OTH- ANOEMPLOYERS'LIABILJTV YIN X.STATU IE ER ANYPROPRIEtOWPARTNEREAECUTNE EL EACH ,. f 1,000,000 D OF FICERMEMMEREOCLUOEO' N❑ NIA XWS 6316 6432 05162025 05162026 �--- IEIArWMary M RN) E L DISEASE-EA EMPLOYEE S 1.D00•/PP OS*natal waft, DESCRIPTION OF OPERATORS Pen. E L DISEASE-POLICY LIMIT S 1,000,000 DESCRIPTOR Of OPERATIONS I LOCATIONS/VEHICLES(ACORD NT,ACdlbenai Remarks Schedule.may CA a1LC Ned A mote spate-.a•epuxed) operations-contractor certificate holder is additional Insured where required by license CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS as certificate holder and as additional Insured AUTROR lED REPRESENTATIVE ) 1105 H Street,P 0 Box/58 - -- —- Peter Ashley Greeley CO 80632 1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD State Farm Mutual Automobile Insurance Company PO Box 2368 Bloomington IL 61702-2368 O'O O StateFarm AT1 A-1737 A VELOCITY POWER LLC 405 FOXTAIL DR AUTO RENEWAL HUDSON CO 80642-7404 PREMIUM PAID: $1,616.37 DO NOT PAY. Your premium is billed through the State Farm Payment Plan State Farm Payment Plan Number: 1281589758 Your State Farm Agent MIKE MILLER Policy Number: 6841381-001-06A Office: 303-451-5696 Policy Period: September 1, 2025 to March 1,2026 Address:2200 E 104TH AVE STE 216A Vehicle: THORNTON, CO 80233-4290 2017 FORD F150 If you have a new ordifferent mr have added anydttver orhave moved, Principal Driver: please contact your agent. JEFF GALLERT Thank you for choosing State Farm. When you provide a check as payment, you authorize us transfer,funds may be withdrawn from your account as soon either to use information from your check to make a as the same day we receive your payment,and you will not one-time electronic fund transfer from your account or to receive your check back from your financial institution. process the payment as a check transaction.When we use information from your check to make an electronic fund Policy Number:684 1381-001-06A Page number 1 of 4 Prepared July 9,2025 1004584 143599 201 11-01-2015 Bye-bye clutter, Scan QR to sign up or visit hello g ree statefarm.com/paperless Enroll in paperless and you'll get emails ❑ ❑ with links to do things like: •download or print your auto ID card, • � t •pay your bill, � :leg; •or view documents,like your renewal. 41111 TP38 c 0o StateFarm VEHICLE INFORMATION Review your policy information carefully. If anything is incorrect,or if there are any changes to your vehide information, please let us know right away. How is this vehicle normally used? Vehicle Identification National average:12,000 miles driven Vehicle Description Number(VIN) Who principally drives this vehicle? annually per vehicle 2017 FORD F150 1 FTEX1 EPXHKD94118 JEFF GALLERT,a single male,who will be Business.Driven 12,000 miles or less age 47 as of September 01,2025. annually. Other Household Vehicle(s) Your premium may be influenced by other State Farm policies that currently insure the following vehicle(s) in your household: 2013 FORD F150 2018 FORD F150 2017 FORD F150 1989 FORD MUSTANG 2022 FORD F250 SD 2016 FORD EDGE 2022 FORD BRONCO 2023 UNITED LIMITED CA Premium Adjustment annually to determine which makes and models have Each year, we review our medical payments and personal earned decreases or increases from State Farm's standard injury protection coverages claim experience to determine rates. If any changes result from our reviews, adjustments the vehicle safety discount that is applied to each make and are reflected in the rates shown on this renewal notice. model. In addition, we review the comprehensive, collision, bodily injury and property damage claim experience DRIVER INFORMATION Assigned Driver(s) The following driver(s)are assigned to the vehicle(s)on this policy. Age as of Marital Name September 1,2025 Gender Status BRENT HARGADIN 47 Male Married Other Household Driver(s) In addition to the Principal Driver(s)and Assigned Driver(s),your premium may be influenced by the drivers shown below and other individuals permitted to drive your vehide. This list does not extend or expand coverage beyond that contained in this automobile policy. The drivers listed below are the drivers reported to us that most frequently drive other vehicles in your household. JAMIE HARGADIN JUSTICE KEELER AXON KEELER Policy Number:684 1381-001-06A Page number 2 of 4 Prepared July 9,2025 00 StateFarm Principal Driver&Assigned Drivers premium may be influenced by the information shown for For each automobile, the Principal Driver is the individual these drivers. who most frequently drives it. Each driver is designated as an Assigned Driver on the household automobile that they most frequently drive.Your IMPORTANT NOTICE REGARDING YOUR PREMIUM State Farm works hard to offer you the best combination of You have the right to request, no more than once during a price, service, and protection. The amount you pay for 12-month period, that your policy be re-rated using a current automobile insurance is determined by many factors such credit-based insurance score.The resulting impact due to as the coverages you have,where you live,the kind of car the credit portion of the re-rated insurance score will not you drive, how your car is used, who drives the car, and increase your premium; however, your overall premium may information from consumer reports. decrease, remain the same, or increase due to other factors impacting your total premium. COVERAGE AND LIMITS See your policy for an explanation of these coverages. A Liability Bodily Injury 1,000,000/1,000,000 Property Damage 1,000,000 $824.13 C Medical Payments 5,000 $24.59 D-WG 250 Deductible Comprehensive $428.47 G 500 Deductible Collision $209.03 H Emergency Road Service $9.56 U Uninsured Motor Vehicle Bodily Injury 100,000/300,000 $120.09 $1,615.87 Colorado Theft Prevention Authority Fee $0.50 Total Premium $1,616.37 The claim experience on your make and model of vehicle If any coverage you carry is changed to give broader has resulted in a reduction to your vehicle rating group for protection with no additional premium charge, we will give comprehensive coverage. you the broader protection without issuing a new policy, starting on the date we adopt the broader protection. DISCOUNTS These adjustments have already been applied to your premium. Vehicle Safety ✓ Annual Mileage ✓ Total Discounts $168.03 Policy Number:684 1381-001-06A Page number 3 of 4 Prepared July 9,2025 00 State Farm • SURCHARGES AND DISCOUNTS AUTOMOBILE RATING PLAN -Applies to private or after April 1, 1999) under property damage liability and passenger cars only. collision coverages for an at-fault accident. Accident-Free Discount —Once your policy has been in Surcharges —If there are chargeable accidents, you may force for at least three years with no chargeable accidents, lose your Good Driving Discount or Accident-Free Discount you may qualify for our Accident-Free Discount. Once you and receive accident surcharges. But if the accident is the qualify, this discount applies as long as there are no first to become chargeable in nine years and this policy has chargeable accidents, and may even increase over time. been in force for at least that long, the Accident-Free Good Driving Discount -Newer policyholders who do not Discount will continue and no surcharge will apply.The yet qualify for our Accident-Free Discount (available after surcharge for each accident depends upon the number and three years with no chargeable accidents)may already be timing of the accidents,and each accident surcharge will receiving a Good Driving Discount. This discount continues remain in effect up to three years. to apply until your policy qualifies for the Accident-Free Surcharges will be removed if the company is given Discount as long as there are no chargeable accidents and satisfactory evidence that the driver involved is no longer a no new drivers. If you add new drivers, they must also member of the household or will not be driving the car in the qualify in order for your Good Driving Discount to continue. future. If that driver is insured on another State Farm policy, Chargeable Accidents -For new policies, an accident is his or her driving record will be considered in the rating of chargeable if it results in$1,000 or more of damage to any the other policy. property. For renewal policies, an accident is chargeable if These discounts and surcharges do not apply to all State Farm pays at least$1,000(for accidents occurring on coverages. For complete details, see your State Farm agent. ADDITIONAL INFORMATION If any information on this renewal notice is incomplete or information regarding discounts or coverages, see your inaccurate, or if you want to confirm the information we have State Farm agent or visit statefarm.com®. in our records, please contact your agent. For additional Buying a new car? Remember to contact your agent! When you buy an additional car or one that replaces a car already on your policy, you need to report the change to your agent promptly. Even though the dealership you purchased the car from may offer to notify your agent or insurance company, you, as the named insured, are responsible for reporting all changes to your auto policy. By contacting your agent, you can help: • avoid any complications or lack of coverage in the event of an accident or loss, • avoid insurance verification problems with a lienholder,the police, or the department of motor vehicles, and • ensure that you receive any new discounts you may be entitled to. Your current State Farm policy automatically provides certain coverages for a new or replacement car for up to a specified, limited number of days after you take possession of the car. Please refer to your policy for the number of days that applies in your state. If you have any questions about coverage for a newly acquired car, please contact your State Farm agent. Disclaimer: This message is provided for informational purposes only and does not grant any insurance coverage. The terms and conditions of coverage are set forth in your State Farm Car Policy booklet, the most recently issued Declarations Page, and any applicable endorsements. Policy Number:684 1381-001-06A Page number 4 of 4 Prepared July 9,2025 State Farm Mutual Automobile Insurance Company PO Box 236 Bloomington 8 L 61702-2368 090 State Farm AT1 A-1737 A VELOCITY POWER LLC 405 FOXTAIL DR AUTO RENEWAL HUDSON CO 80642-7404 PREMIUM PAID: $1,399.97 DO NOT PAY. Your premium is billed through the State Farm Payment Plan State Farm Payment Plan Number: 1281589758 Your State Farm Agent MIKE MILLER Policy Number:484 9627-E10-06A Office: 303-451-5696 Policy Period: May 10, 2025 to November 10,2025 Address: 2200 E 104TH AVE STE 216A Vehicle: THORNTON, CO 80233-4290 2018 FORD F150 If you have a new or different car,have added any drivers or have moved, Principal Driver: please contact your agent. BRENT HARGADIN Thank you for choosing State Farm. Based on your driving record, you have our Accident-Free information from your check to make an electronic fund Discount for preferred customers. transfer,funds may be withdrawn from your account as soon When you provide a check as payment,you authorize us as the same day we receive your payment,and you will not either to use information from your check to make a receive your check back from your financial institution. one-time electronic fund transfer from your account or to process the payment as a check transaction.When we use Policy Number:484 9627-E1 0-06A Page number 1 of 4 Prepared March 17,2025 1004584 143599 201 11-01-2015 Bye-bye clutter, Scan QR to sign up or visit hello green statefarm.com/paperless Enroll in paperless and you'll get emails • • with links to do things like: •download or print your auto ID card, •pay your bill, ` El Krigr •or view documents,like your renewal. TP38 c 0 o State Farm VEHICLE INFORMATION Review your policy information carefully. If anything is incorrect,or if there are any changes to your vehide information, please let us know right away. How is this vehicle normally used? Vehicle Identification National average: 12,000 miles driven Vehicle Description Number(VIN) Who principally drives this vehicle? annually per vehicle 2018 FORD F150 1 FTEW1EP6JKC41065 BRENT HARGADIN,a married male,who Business.Driven 12,000 miles or less will be age 47 as of May 10,2025. annually. Other Household Vehicle(s) Your premium may be influenced by other State Farm policies that currently insure the following vehicle(s) in your household: 2013 FORD F150 2017 FORD F150 1989 FORD MUSTANG 2022 FORD F250 SD 2016 FORD EDGE 2022 FORD BRONCO 2023 UNITED LIMITED CA Premium Adjustment annually to determine which makes and models have Each year,we review our medical payments and personal earned decreases or increases from State Farm's standard injury protection coverages claim experience to determine rates. If any changes result from our reviews, adjustments the vehicle safety discount that is applied to each make and are reflected in the rates shown on this renewal notice. model. In addition, we review the comprehensive, collision, bodily injury and property damage claim experience DRIVER INFORMATION Other Household Driver(s) In addition to the Principal Driver(s)and Assigned Driver(s),your premium may be influenced by the drivers shown below and other individuals permitted to drive your vehicle. This list does not extend or expand coverage beyond that contained in this automobile policy. The drivers listed below are the drivers reported to us that most frequently drive other vehicles in your household. JAMIE HARGADIN JEFF GALLERT JUSTICE KEELER JAXON KEELER Principal Driver&Assigned Drivers premium may be influenced by the information shown for For each automobile, the Principal Driver is the individual these drivers. who most frequently drives it. Each driver is designated as an Assigned Driver on the household automobile that they most frequently drive. Your Policy Number:484 9627-E10-06A Page number 2 of 4 Prepared March 17,2025 00 StateFarm IMPORTANT NOTICE REGARDING YOUR PREMIUM State Farm works hard to offer you the best combination of You have the right to request, no more than once during a price, service, and protection. The amount you pay for 12-month period, that your policy be re-rated using a current automobile insurance is determined by many factors such credit-based insurance score.The resulting impact due to as the coverages you have,where you live,the kind of car the credit portion of the re-rated insurance score will not you drive, how your car is used,who drives the car, and increase your premium; however,your overall premium may information from consumer reports. decrease, remain the same, or increase due to other factors impacting your total premium. COVERAGE AND LIMITS See your policy for an explanation of these coverages. A Liability Bodily Injury 1,000,000/1,000,000 Property Damage 1,000,000 $639.06 C Medical Payments 5,000 $17.97 D-WG 250 Deductible Comprehensive $504.62 G 500 Deductible Collision $231.41 H Emergency Road Service $6.41 $1,399.47 Colorado Theft Prevention Authority Fee $0.50 Total Premium $1,399.97 The claim experience on your make and model of vehicle If any coverage you carry is changed to give broader has resulted in a reduction to your vehicle rating group for protection with no additional premium charge,we will give comprehensive coverage. you the broader protection without issuing a new policy, The claim experience on your make and model of vehicle starting on the date we adopt the broader protection. has resulted in an increase to your vehicle rating group for collision coverage. DISCOUNTS These adjustments have already been applied to your premium. Multicar ✓ Vehicle Safety ✓ Accident-Free ✓ Annual Mileage ✓ Total Discounts $690.62 SURCHARGES AND DISCOUNTS AUTOMOBILE RATING PLAN -Applies to private qualify,this discount applies as long as there are no passenger cars only. chargeable accidents, and may even increase over time. Accident-Free Discount —Once your policy has been in Good Driving Discount -Newer policyholders who do not force for at least three years with no chargeable accidents, yet qualify for our Accident-Free Discount (available after you may qualify for our Accident-Free Discount.Once you three years with no chargeable accidents)may already be (continued on next page) Policy Number:484 9627-E10-06A Page number 3 of 4 Prepared March 17,2025 00 StateFarm receiving a Good Driving Discount.This discount continues been in force for at least that long,the Accident-Free to apply until your policy qualifies for the Accident-Free Discount will continue and no surcharge will apply.The Discount as long as there are no chargeable accidents and surcharge for each accident depends upon the number and no new drivers. If you add new drivers,they must also timing of the accidents,and each accident surcharge will qualify in order for your Good Driving Discount to continue. remain in effect up to three years. Chargeable Accidents - For new policies, an accident is Surcharges will be removed if the company is given chargeable if it results in$1,000 or more of damage to any satisfactory evidence that the driver involved is no longer a property. For renewal policies, an accident is chargeable if member of the household or will not be driving the car in the State Farm pays at least$1,000(for accidents occurring on future. If that driver is insured on another State Farm policy, or after April 1, 1999)under property damage liability and his or her driving record will be considered in the rating of collision coverages for an at-fault accident. the other policy. Surcharges —If there are chargeable accidents,you may These discounts and surcharges do not apply to all lose your Good Driving Discount or Accident-Free Discount coverages. For complete details, see your State Farm agent. and receive accident surcharges. But if the accident is the first to become chargeable in nine years and this policy has ADDITIONAL INFORMATION If any information on this renewal notice is incomplete or information regarding discounts or coverages, see your inaccurate, or if you want to confirm the information we have State Farm agent or visit statefarm.com®. in our records, please contact your agent. For additional Buying a new car? Remember to contact your agent! When you buy an additional car or one that replaces a car already on your policy,you need to report the change to your agent promptly. Even though the dealership you purchased the car from may offer to notify your agent or insurance company, you, as the named insured, are responsible for reporting all changes to your auto policy. By contacting your agent, you can help: • avoid any complications or lack of coverage in the event of an accident or loss, • avoid insurance verification problems with a lienholder,the police, or the department of motor vehicles, and • ensure that you receive any new discounts you may be entitled to. Your current State Farm policy automatically provides certain coverages for a new or replacement car for up to a specified, limited number of days after you take possession of the car. Please refer to your policy for the number of days that applies in your state. If you have any questions about coverage for a newly acquired car, please contact your State Farm agent. Disclaimer: This message is provided for informational purposes only and does not grant any insurance coverage. The terms and conditions of coverage are set forth in your State Farm Car Policy booklet, the most recently issued Declarations Page, and any applicable endorsements. Policy Number.484 9627-E10-06A Page number 4 of 4 Prepared March 17,2025 Contract Form Entity Information Entity Name* Entity ID* O New Entity? VELOCITY POWER LLC @00048716 Contract Name* Contract ID Parent Contract ID GENERATOR MAINTENANCE - VARIOUS LOCATIONS 10089 THROUGHOUT THE COUNTY Contract Lead* Requires Board Approval Contract Status MBARANOVIC YES CTB REVIEW Contract Lead Email Department Project# mbaranovic@weld.gov Contract Description* RENEW CONTRACT TO PROVIDE GENERATOR MAINTENANCE SERVICES FOR EMERGENCY GENERATORS LOCATED THROUGHOUT THE COUNTY. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date RENEWAL BUILDINGS AND Date* 1 1 /08/2025 GROUNDS 1 1 /12/2025 Amount* $104,349.95 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go YES Does Contract require Purchasing Dept. to be v included? Automatic Renewal Department Head Email YES CM-BuildingGrounds- Grant DeptHead@weld.gov Bid/RFP#* 2024-2498 County Attorney IGA 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* 11 /02/2026 12/31 /2026 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 1 1 /1 2/2025 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL RUSTY WILLIAMS BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 11 /1 2;2025 11 /12/2025 11 /12'2025 Final Approval BOCC Approved Tyler Ref# AG 111925 BOCC Signed Date Originator MBARANOVIC BOCC Agenda Date 11 /19/2025 C c ti 9 SERVICE AGREEMENT BETWEEN WELD COUNTY AND VELOCITY POER LLC. GENERATOR MAINTENANCE VARIOUS LOCATIONS THIS AGREEMENT is made and entered into this elt.hday of Df e.tryti-AV 2024,by and between the Board of Weld County Commissioners,on behalf of Facilities,hereinafter referred to as"County,"and Velocity Power 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 based upon order of attachment. Exhibit A consists of County's Request for Bid(RFB)as set forth in Bid Package No. B2400139 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 1 c onwe n+ 08 2o24-z9 12/9/2q /-/--/9/a 6 002..o 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 $104.349.95 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). 2 7. Independent Contractor.Contractor agrees that it is an independent contractor and that Contractor's officers.agents or employees will not become employees of County,nor entitled to any employee benefits(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. 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 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 3 Agreement,or any extension thereof,and during any warranty period.For all coverages, Contractor's insurer shall waive subrogation rights against County. Types of Insurance. Workers'Compensation 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. Commercial General Liability Insurance including public liability and property damage. covering all operations required by the Work.Such policy shall include minimum limits as follows:S1,000,000 each occurrence:S1,000,000 general aggregate;S1,000,000 Personal injury S5,000;Medical payment per person. Automobile Liability Insurance:Contractor shall maintain limits of S1,000,000 for bodily injury per person,S1,000.000 for bodily injury for each accident,and$1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere. for vehicles owned,hired,and non-owned vehicles used in the performance of this Contract. Proof of Insurance. Upon County's request.Contractor shall provide to County a certificate of insurance,a policy,or other proof of insurance as determined in County's sole discretion.County may require Contractor to provide a certificate of insurance naming Weld County,its elected officials.and its employees as an additional named insured. 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 front 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 andior 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. 4 12.Indemnity.The Contractor shall defend,indenmify and hold harmless County,its officers, agents,and employees.from and against any and all injury,loss,damage,liability,suits, actions,claims,or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act,claim or amount arising or recovered under workers'compensation law or arising out of the failure of the Contractor to conform to any statutes,ordinances,regulation,judicial decision,or other law or court decree.The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person.persons.or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement.It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies.In consideration of the award of this contract.the Contractor agrees to waive all rights of subrogation against the County its associated and'or affiliated entities,successors.or assigns,its elected officials, trustees.employees.agents.and volunteers for losses arising from the work performed by the Contractor for the County.A failure to comply with this provision shall result in County's right to inmiediately terminate this Agreement. 13.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. 14.Examination of Records.To the extent required by law,the Contractor agrees that an duly authorized representative of County.including the County Auditor,shall have access to and the right to examine and audit any books,documents.papers and records of Contractor, involving all matters and/or transactions related to this Agreement.Contractor agrees to maintain these documents for three years from the date of the last payment received. 15.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. 16.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 5 Either party may change its notice address(es)by written notice to the other.Notice may be sent to: TO CONTRACTOR: Name: Brent Hargadin Position: Owner Address: 405 Foxtail Dr. Address: Hudson.CO 80642 E-mail: Velocitypower.co a gmail.com Phone: 720-394-4831 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street Address: Greeley.CO 80631 E-mail: poneillweld.gov Phone: 970-400-2023 17.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. 18.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. 19.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 instalment 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. 20.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. 21.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. 22.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. 6 without limitation,the warranties.indemnification obligations,confidentiality and record keeping requirements)shall survive any such expiration or termination. 23.Severability.If any term or condition of this Agreement shall be held to be invalid,illegal, or unenforceable by a court of competent jurisdiction,this Agreement shall be construed and enforced without such provision,to the extent that this Agreement is then capable of execution within the original intent of the parties. 24.Governmental Immunity-.No term or condition of this Agreement shall be construed or interpreted as a waiver,express or implied,of any of the immunities,rights,benefits, protections or other provisions,of the Colorado Governmental Immunity Act§§24-10-101 et seq.,as applicable now or hereafter amended. 25.No Third-Party Beneficiary.It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement,and all rights of action relating to such enforcement,shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement.It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26.Board of County Commissioners of Weld County Approval.This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado.or its designee. 27.Choice of Law/Jurisdiction.Colorado law,and rules and regulations established pursuant thereto,shall be applied in the interpretation,execution,and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and or regulations shall be null and void.In the event of a legal dispute between the parties.Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28.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)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. 7 29.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. 30.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: Velocity Power,LLC. By: `Lz L. 11/26/2024 Name: Brent Har6adin Date of Signature Title: Owner WELD COIN Y: ��,/ ATTEST: eJ!_4.0:r BOARD OF COUNTY COMMISSIONERS Weld County e the Board WELD COT.' , 0 n BY:IVAArl Cut& ife#\4;Els4N Deputy Clerk to the Board D.„� in D.Ross,Chair DEC 9 2024 f NO& vet 20 Z4-2`1475 Exhibit A Weld County Finance Department Purchasing Division 16,K r _ _► 1301 North 17th Avenue ri Greeley,Colorado 80601 r SONVI General Services-Invitation for Bid(IFB)Cover Sheet Bid Number: B2400139 Title: Generator Maintenance—Various Locations Issue Date: September 26,2024 Pre-Bid Meeting: October 10,2024,at 9:00 AM Pre-Bid Location: 1105 H Street Greeley,Colorado Questions Due: October 17,2024,by 5:00 PM Questions email: bids(a�weld.gov Bid Due Date: October 24,2024,by 10:00 am,Purchasing's Clock Bid Delivery: Preferred email to bids(Siweld.gov or hand delivery to 1301 North 17th Avenue,Greeley,CO 80631 For additional information: bids@weld.gov Documents Included in this Bid Package IFB Schedules Schedule C:Project Schedule Schedule D:Bid Form Schedule A:Bid Instructions Schedule E:Insurance Schedule B:Scope of Work Schedule F:Weld County Contract Table of Contents General Services-Invitation for Bid(IFB)Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 Schedule A-Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B-Scope of Work 5 Project Overview 5 Method of Procurement 5 Pricing Method 5 Project Scope 5 Schedule C-Project Schedule 7 Schedule 7 Schedule D-Bid Form 8 Bid Submittal Instructions 8 Fees 8 Attestation 14 Schedule E—Insurance 16 Insurance 16 Insurance Mailing Information 17 Schedule F-Weld County Contract 18 Contractual Obligations 18 Weld County Standard Contract 18 Solicitation#B2400139 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: Generator Maintenance—Various Locations A Mandatory pre-bid conference will be held on October 10,2024 at 9:00 AM at the Facilities Building located at 1105 H Street,Greeley,CO 80631.Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Bids will be received until:October 24,2024 at 10:00 am(Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on October 24,2024 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. Phone number:720-439-5261 Phone Conference ID:687 247 90# 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(8/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 him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative,followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation,followed by the name of the state of the incorporation and by the signature and title of the president,secretary,or other person authorized to bind it in the matter.The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word"president,""secretary," "agent,"or other title without disclosing his principal,may be held to be the bid of the individual Solicitation#B2400139 Page 3 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 negative impact on Weld County in the current term or in any future terms. Solicitation#B2400139 Page 4 Schedule B-Scope of Work Project Overview Weld County is seeking bids for a turn-key lump sum project for a vendor to provide Generator Maintenance—various locations. 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 the 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. Project Scope The scope of this project is for Generator maintenance—various locations The scope of this project is to perform the periodic maintenance of generators and to provide emergency on-call services for repair of generators using the scope below: 1. Contractor will be responsible for periodic maintenance. 2. Contractor shall coordinate dates and times for the maintenance Weld County Facilities Department to ensure Weld County can support/escort. 3. Periodic Maintenance inspections will include: A. Ignition system and components will be inspected and replaced as needed. B. The entire equipment will be lubricated,and the oil changed when 1 year have lapsed. C. Fuel system will be inspected for deterioration or rust collection.All fuel filters and water separator if applicable will be replaced annually.Price of parts shall be included in bid. D. Cooling system will be checked.When replacement of belts and hoses and(cooling filters where applicable) recommended a quote will be provided.Belts and Hoses shall be replaced every 4 years.Price of parts shall be included in bid. E. All batteries will be checked,cleaned,or replaced every 3 to 4 years as needed. Price of parts shall be included in bid. F. All air cleaners will be inspected and will be replaced every year.Price of parts shall be included in bid. G.Safety shutdown system will be inspected and tested,if present. H. Exhaust system components will be checked for deterioration. I. All instruments will be checked for proper operation. J. The generator will be checked for proper setting and operation.Voltage and frequency will be adjusted,brushes will be inspected,if applicable. K. Automatic transfer switch will be inspected,cleaned,and adjusted as required. Solicitation#B2400139 Page 5 L. Exercise on generator will be set to Monday mornings no transfer on most generators.Certain Generator will transfer load once a month Owners discretion. M.Reset and test exercise clock.Check hour meter for proper operation. N. Generator set and transfer switch will be checked and wiped down as needed. O.Weld County staff will be instructed on operation and upkeep procedures to be followed by OWNER between regular calls by CONTRACTOR service personnel. P. After all the above has been completed,Contractor service personnel will run generator set(s)and conduct tests under Owner's load providing Owner makes such load available and it is practical to run the tests concerned. Q.Contractor will submit a report to the Owner of the entire inspection and will advise customer of any repairs needed. R. Contractor will verify proper operation of immersion heaters,block heaters,etc. S. Contractor will perform full load bank testing every two years or when major service is done. T. Work to be done during working hours.7:00 AM to 3:30 PM Mon.-Fri.All testing and maintenance shall be completed within a 3-week concurrent period in May, June,or July each year.Schedule to be coordinated with a representative from the Facilities Department. 4. Work will comply with all applicable Federal,State and local laws,ordinances and regulatory requirements. 5. No bid bond is required for this project. 6. All trash and debris to be properly disposed of offsite by Contractor. 7. Weld County is a tax-exempt entity. 8. Contractor will be required to enter a standard Weld County contract for this service.A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request. 9. The initial annual contract will be from December 1,2024 through November 30,2025. 10.Contract may be awarded up to three(3)additional annual increments pending performance,review and approval. Solicitation#B2400139 Page 6 Schedule C-Project Schedule Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid September 26,2024 Advertisement Date September 26,2024 Pre-bid conference October 10,2024 Bid Questions Due October 17,2024 Bids Are Due October 24,2024 Bid Award Notice November 13,2024 Contract Execution November 25,2024 Solicitation#B2400139 Page 7 Schedule D-Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on October 24,2024: 1) Schedule B-Scope of Work 2) Schedule D—Bid Form 3) W9,if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders.If you have previously worked with Weld County,only provide your W9 if there has been a change. 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 in the space below: Generator equipment and location and pricing: Below are the list of generator sets and location.Please provide pricing for each annual Periodic Maintenance(PM)service.In addition,provide pricing for each full load bank testing that will occur every two years and/or following major service at request of Weld County. Building Name Unit Location Annual Load PM bank Service price Price 35th Tower Unit Make:Onan 3105 35th Ave Unit Model#:DSGAE- Greeley $ $ 1207317(200kw diesel) Unit Serial#: F120356179 1150 Admin Unit Make:Kohler 1150 H St Unit Model#:400ROZD Greeley $ $ Unit Serial#:358704 1551 Dispatch Unit Make:Onan 1551 N 17th Ave Unit Model#:DQDAA- Greeley $ $ 1335504(250kw diesel) Unit Serial#:H130551423 1250 Clerk and Unit Make:Generac 1250 H Street $ $ Recorder Unit model#: Greeley SD010KG 176.7D18HPLY3 Unit Serial#:3014037021 Solicitation#B2400139 Page 8 Ault Shed Unit Make:Kohler 41150 Tegan Ave $ $ Unit model:48RCLC Unit serial#: 3677GMKJ0154 Central Weld Unit Make:Kohler 4977 County Road School Tower Unit Model#: 59 $ $ 30REOZJC Keenesburg Unit Serial#:3053736 Centennial Unit Make:Kohler 915 10th Street Center Unit Model#: Greeley $ $ 150REOZGC Unit Serial#: SGM32BS94 1950 Law Unit Make:Onan 1950 O Administration Unit Model #: DSGAC- Street $ $ 2773037 (150kw diesel) Greeley Unit Serial#: A100082742 Briggsdale shed Unit Make:Generac 43950 HWY 14 $ $ Unit Model: Briggsdale CO SG0050GG264.5V18SPSY A Unit Serial#:3014511691 Coroner Unit Make: Generac 1121 M Unit Model #: SD50 Street $ $ (50kw diesel) Greeley Unit Serial#: 3007785668 Crime Lab Unit Make:Onan 2329 115th Ave Unit Model#:DSKCA- Greeley $ $ 1326825(25kw diesel) Unit Serial#: D130495358 Dacono Shed Unit Make: Generac 5510 Hwy 52, Unit Model #: SD60 Dacono $ $ (60kw diesel) Unit Serial#: 3000720296 Evidence Unit Make: Generac 2329115thAve Storage Unit Model #: SD40 Greeley $ $ (40kw diesel) Unit Serial#: 3006189487 Facilities Unit Make:Kohler 1105 H Unit Model#:10REOD Street $ $ Unit Serial#:2153652 Greeley Fort Lupton Unit Make: Generac 7623 County Road Shed Unit Model #: SD50 31 $ $ (50kw diesel) Fort Lupton Unit Serial#: 3000720265 Solicitation#B2400139 Page 9 Fort Lupton Unit Make:Kohler 7623 County Road Tower Unit Model#: 31 $ $ 40REOZJC Fort Lupton Unit Serial#: SGM32257R Greeley Fuel Unit Make:Kohler 1113 H Site Unit Model#:30RZ82 Street $ $ Unit Serial#:391736 Greeley Greeley Water Unit Make:Kohler 26997 131stAve Tower Unit Model#: Greeley $ $ 40REOZJC Unit Serial#:3053785 Grover Shed Unit Make:Generac Unit 43339 County Model#:0058751(12kw Road 122 $ $ LP) Grover Unit Serial#:7349924 Grover Tower Unit Make:Kohler 1.5 miles west of Unit Model#: County Road $ $ 20REOZJB 105&County Unit Serial#:2064623 Road 128 Grover Hazardous Unit Make:Kohler Unit 1311 N 17thAve Materials— Model#:20RZ82 Greeley $ $ North Unit Serial#:351880 Information Unit Make:Kohler 1401 N 17thAve Technology Unit Model#: Greeley $ $ 80REOZJB Unit Serial#:2076219 Jail Unit Make:Onan Unit 2110 0- 2 West Model#:DFEJ- Street $ $ 1984504(45kw diesel) Greeley Unit Serial#: A200709497 Jail Unit Make:Onan 2110 0 Phase 1&2 Unit Model#:450BFEC Street $ $ (450kw diesel) Greeley Unit Serial#: L950594154 Jail Unit Make:Onan 2110 0 St Phase 3 Unit Model#:400DFCE Greeley $ $ (400kw diesel) Unit Serial#: D060915358 Kersey Shed Unit Make:Generac Unit 23636 County Model#:0058870(20kw Road 54 $ $ LP) Kersey Unit Serial#:5948511 Keota Shed Unit Make:Winco 51565 County Unit Model#: Road 390 $ $ PSS12H4WC(12kw LP) Keota Unit Serial#:1255Q2607 Solicitation#B2400139 Page 10 Kiowa Shed Unit Make: Generac 42649 HWY 52 Unit Model #: 65510 Roggen $ $ (22kw LP) Unit Serial#:9554317 LaSalle Tower Unit Make:Kohler Unit 18490 Weld CR 38 Model#:150ROZ Unit LaSalle $ $ Serial#:2049880 Law Unit Make:Generac Administration Unit Model#:276971020 1950 0 $ $ (230kw)(diesel) Street Unit Serial#:2070031 Greeley Motor Pool Unit Make:Generac $ $ Model#: SD0275KG17103D18HP LY3(275 KW Diesel) Unit Serial#:2070031 New Raymer Unit Make:Cummins 64990 Hwy 14 Tower Unit Model#:C20 D6 New Raymer $ $ (20kw Diesel) Unit Serial#:J23028531 I Niwot Tower Unit Make:Cummins 6450 Unit Model#:C36 N6 Sommerset $ $ (36kw NG) Road Unit Serial#: Niwot B160923376 Nunn Shed Unit Make:Cummins 17065 County Unit Model#:C20 D6 Road 96 $ $ (25kw Diesel) Nunn Unit Serial#: K230291490 Nunn Tower Unit Make:Cummins 16059 County Unit Model#:C20 D6 Road 100 $ $ Unit Serial#:K230291490 Nunn Public Works Unit Make:Onan Unit 1111 H St Model#:60ENA(60ks Greeley $ $ NG) Unit Serial#: E930507687 Public Health Unit Make:Cummins Unit 1555 N 17th Ave Model#:DSGAA- Greeley $ $ 5663101(100kw diesel) Unit Serial#: 1100153837 Rockport Shed Unit Make:Winco Unit 13626 County Model#:LSAPSSI2- Road 26 $ $ 112H4W(12kw LP) Carr Unit Serial#:12203F07 Solicitation#B2400139 Page 11 Shooting Range Unit Make:Generac 58336 CR 23 $ $ Unit model#: Carr CO. G0070771 Unit Serial: 3011423827 Southeast Unit Make:Generac 2950 9TH Street $ $ Service Center Unit Model:SG050T Ft.Lupton,CO Unit Serial#: SG0050GG2645518T PLYA Southwest Unit Make:Generac 4290 County Road Service Center Unit Model#:SG080 24'A $ $ (80kw NG) Firestone Unit Serial#: 3000729747 Southwest Unit Make:Kohler 4209 County Road Tower Unit Model#: 24'/z $ $ 40REOZJC Firestone Unit Serial#: SGM3224SM Training Center Unit Make:Onan 1104 H Street Unit Model#:GGHD Greeley $ $ (100kw NG) Unit Serial#: D000088159 Timnath Tower Unit Make:Cummins 40800 County Unit Model#:C125 D6D Road 15 $ $ (125kw diesel) Fort Collins Unit Serial#: G190615187 Spec:A Tri-Town Unit Make:Kohler 6800 County Road Tower Unit Model#: 17 $ $ 20REOZJB Fort Lupton Unit Serial#:2133186 Motor Pool Unit Make:Generac 1399 N 17TH Ave $ $ Unit model#: Greeley,CO S D0275 KG 17103 D 18 H P LY 80631 3 Unit Serial#:3014904473 Mead Grader Unit Make Blue star 5698 CR 34 $ $ Unit Model# Platteville Co 362C5L1604-1 E 80651 Unit Serial#749613- 0920 Periodic maintenance fee Provide the total of the annual fee for the Annual Periodic Maintenance Service AND total for the bi-annual load bank service: Solicitation#B2400139 Page 12 Total annual PM service: $ Total bi-annual load bank service: $ On-call Due to the criticality of the systems these generators support,the contractor that is awarded this bid MUST be capable of performing on-call emergency response 24-hours a day,7 days a week, including all holidays and all-weather conditions.Call back one-half(1/2)hour of emergent or on- call notice. Contractor must be on site within three(3)hours of call.Therefore,contractor shall provide a listing of these hourly rates: Hourly rate on-call response-normal: $ Hourly rate on-call response-holiday: $ Hourly rate on-call response-other: $ Additional maintenance and parts Weld County recognizes that additional maintenance will be required for anomalies and failures.Therefore,Weld County is requesting maintenance repair rates for scheduled normal workday hours.In addition,parts will be required.Weld County is seeking the percentage mark up on parts.When invoicing for parts,contractor must provide receipt showing price paid and the additional percentage.Therefore,contractor shall provide a listing of these fees: Hourly rate—During business hours: $ Hourly rate—After business hours(Overtime): $ Hourly rate—Other: $ Mark up on parts: % Additional items Weld County recognizes vendors may have additional fees that may be requested that are not listed in this scope.Therefore,contractor shall provide a listing of these fees in the FEE Section below. Additional fees(Define): $ (Use additional lines or pages as necessary) Solicitation#B2400139 Page 13 Escalation Weld County recognizes annual escalation rates for labor and parts.Therefore,contractor shall provide the annual escalation rate for the contact. Annual escalation rate: $ 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 No.#B2400139. 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 of Schedule E—Insurance and Bond 5. Acknowledgment of Schedule F—Weld County Contract 6. 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. 7. 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. Attestation Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID#: CONTRACTOR: By: Date of Signature Name: Title: Solicitation#B2400139 Page 14 Schedule E—Insurance Insurance 1. The Contractor shall furnish a certificate of insurance for commercial general liability, comprehensive automobile liability,workers'compensation,and professional liability upon notification of award and prior to performance.Work shall not commence under this Agreement/Contract until the Contractor has submitted to the County,and received approval thereof,the certificate of insurance showing compliance with the following types and coverage of insurance. a. Commercial General Liability Insurance:to include products liability,completed operations,contractual,broad form property damage,and personal injury. Each Occurrence $1,000,000 General Aggregate $2,000,000 b. Comprehensive Automobile Liability Insurance:to include all motor vehicles owned, hired,leased,or borrowed. Bodily Injury/Property Damage $1,000,000(each accident)Personal Injury Protection Per Colorado Statutes c. Workers'Compensation Insurance: Per Colorado Statutes d. Professional Liability Insurance*:to include coverage for damages or claims for damages arising out of the rendering,or failure to render,any professional services. Each Occurrence $1,000,000 *This insurance requirement applies only to Contractors who are performing services under this Agreement as professionals licensed under the laws of the State of Colorado,such as physicians,lawyers,engineers,nurses,mental health providers,and any other licensed professionals. 2. The Contractor's commercial general liability,comprehensive automobile liability,workers' compensation,and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government as an"additional insured"and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County,it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses resulting from the actions or negligence of the Contractor. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Solicitation#B2400139 Page 16 c . Any and all deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contractor . 3 . If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance , or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County , the Contractor shall promptly obtain a new policy , submit the same to the Purchasing Division of Weld County for approval , and thereafter submit a certificate of insurance as herein provided . a . Upon failure of the Contractor to furnish , deliver , and maintain such insurance as provided herein , this Agreement / Contract , at the election of the County , may be immediately declared suspended , discontinued , or terminated . b . Failure of the Contractor to obtain and / or maintain any required insurance shall not relieve the Contractor from any liability under the Agreement / Contract , nor shall the insurance requirements be construed to conflict with the obligations of the Contractor concerning indemnification . c . Contractor shall provide copies insurance coverage policies to the County department maintaining contract administration duties . These include initial policy , updated / changes to coverage , extensions , renewals , etc . 4 . If the Contractor is a Joint Venture , then the respective parties thereto are each individually held fully responsible for completion of the project according to the terms of this Agreement . The parties thereto also have joint and several liabilities to the County for any liquidated damages assessed or for performance bond claims against the Joint Venture . The performance bond and all insurance required by this Agreement shall set forth the identity of each party to the Joint Venture . 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 : Curtis Naibauer Email : cnaibauer@weld . gov Telephone : 970 - 400 - 2027 Mail : Weld County Facilities ATTN : Curtis Naibauer PO Box 758 Greeley , CO 80632 Solicitation # B2400139 Page 17 Schedule F - Weld County Contract Contractual Obl igations 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 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 . NOW , THEREFORE , in consideration of the mutual promises and covenants contained herein , the parties hereto agree as follows : Solicitation # B2400139 Page 18 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 based upon order of attachment . Exhibit A consists of County ' s Request for Bid ( RFB ) 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 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 Solicitation # B2400139 Page 19 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 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 8 Subcontractors.Contractor acknowledges that County has enteredinto 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 matenal(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 Solicitation#B2400139 Page 20 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 . Types of Insurance . Workers ' Compensation / 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 . Commercial General Liability Insurance including public liability and property damage , covering all operations required by the Work . Such policy shall include minimum limits as follows : $ 1 , 000 , 000 each occurrence ; $ 1 , 000 , 000 general aggregate ; $ 1 , 000 , 000 Personal injury $ 5 , 000 ; Medical payment per person . Automobile Liability Insurance : Contractor shall maintain limits of $ 1 , 000 , 000 for bodily injury per person , $ 1 , 000 , 000 for bodily injury for each accident , and $ 1 , 000 , 000 for property damage applicable to all vehicles operating both on County property and elsewhere , for vehicles owned , hired , and non - owned vehicles used in the performance of this Contract . Proof of Insurance . Upon County ' s request , Contractor shall provide to County a certificate of insurance , a policy , or other proof of insurance as determined in County ' s sole discretion . County may require Contractor to provide a certificate of insurance naming Weld County , its elected officials , and its employees as an additional named insured . 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 Solicitation # B2400139 Page 21 expense,any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement 12 Indemnity.The Contractor shall defend,indemnify and hold harmless County,its officers, agents,and employees,from and against any and all injury,loss,damage,liability,suits, actions,claims,or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act,claim or amount arising or recovered under workers'compensation law or arising out of the failure of the Contractor to conform to any statutes,ordinances,regulation,judicial decision,or other law or court decree The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person,persons,or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract,the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities,successors,or assigns,its elected officials, trustees,employees,agents,and volunteers for losses arising from the work performed by the Contractor for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement 13 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 14 Examination of Records.To the extent required by law,the Contractor agrees that an duly authorized representative of County,including the County Auditor,shall have access to and the right to examine and audit any books,documents,papers and records of Contractor,involving all matters and/or transactions related to this Agreement Contractor agrees to maintain these documents for three years from the date of the last payment received 15 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 16 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 Solicitation#B2400139 Page 22 N ame : P osition : Address : Address : E - mail . Phone : TO COUNTY : N ame : Patrick O ' Neill P osition : Facilities Director Address : 1105 H Street Address : Greeley , CO 80631 E - mail : poneill@weld . gov P hone : 970400 - 2023 17 . 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 . 18 . 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 . 19 . 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 . 20 . 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 . 21 . 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 . 22 . 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 . 23 . Severability . If any term or condition of this Agreement shall be held to be invalid , illegal , or unenforceable by a court of competent jurisdiction , this Agreement shall be construed and enforced without such provision , to the extent that this Agreement is then capable of execution within the original intent of the parties . 24 . Governmental Immunity . No term or condition of this Agreement shall be construed or interpreted as a waiver , express or implied , of any of the immunities , rights , benefits , Solicitation # B2400139 Page 23 protections or other provisions , of the Colorado Governmental Immunity Act § § 24 - 10 - 101 et seq . , as applicable now or hereafter amended . 25 . No Third - Party Beneficiary . It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement , and all rights of action relating to such enforcement , shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement . It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only . 26 . Board of County Commissioners of Weld County Approval . This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County , Colorado , or its designee . 27 . Choice of Law / Jurisdiction . Colorado law , and rules and regulations established pursuant thereto , shall be applied in the interpretation , execution , and enforcement of this Agreement . Any provision included or incorporated herein by reference which conflicts with said laws , rules and / or regulations shall be null and void . In the event of a legal dispute between the parties , Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute . 28 . Public Contracts for Services . Contractor certifies , warrants , and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement . Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement , through participation in the E - Verify program . Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement . Contractor shall not use E - Verify Program or State of Colorado program procedures to undertake pre - employment screening or job applicants while this Agreement is being performed . If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien , Contractor shall notify the subcontractor and County within three ( 3 ) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three ( 3 ) days of receiving notice . Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien . Contractor shall comply with reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment . Contractor shall , within twenty days after hiring a new employee to perform work under the contract , affirm that Contractor has examined the legal work status of such employee , retained file copies of the documents , and not altered or falsified the identification documents for such employees . Contractor shall deliver to County , a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of federal or state law . 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 . Except where exempted by federal law and except as provided in C . R . S . § 24 - 76 . 5 - 103 ( 3 ) , if Contractor receives federal or state funds under the contract , Contractor must confirm that any Solicitation # B2400139 Page 24 individual natural person eighteen ( 18 ) years of age or older is lawfully present in the United States , if such individual applies for public benefits provided under the contract . If Contractor operates as a sole proprietor , it hereby swears or affirms under penalty of perjury that it : ( a ) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law , ( b ) shall produce one of the forms of identification required by federal or state law , and ( c ) shall produce one of the forms of identification required by federal law prior to the effective date of the contract . 29 . 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 . 30 . 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 Weld County Clerk to the Board WELD COUNTY , COLORADO BY : Deputy Clerk to the Board Kevin D . Ross , Chair Solicitation # B2400139 Page 25 Exhibit B bids From : Brent Hargadin < velocitypower . co@gmail . com > Sent : Tuesday , October 29 , 2024 9 : 12 PM To : bids Subject : Bid # 62400139 Generator Maintenance Attachments : Generator Maintenance Weld County bid sheet . docx ; addendum acknowledment weld bid . pdf ; Weld Signature page . pdf ; Weld Bid Schedule B . pdf Caution : This email originated from outside of Weld County Government . Do not click links or open attachments unless you recognize the sender and know the content is safe . Hello , I have attached the bid sheet and a separate signature sheet . I have previously submitted a W9 . Please let me know if you have any questions or if I need to submit anything else . Thank you for giving me this opportunity to participate in this bid . Velocity Power LLC Brent Hargadin 720 - 394 - 4831 velocitypower . co @gm a i Icom x 1 Schedule B-Scope of Work Project Overview Weld County is seeking bids for a turn-key lump sum project for a vendor to provide Generator Maintenance—various locations. 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 the 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. Project Scope The scope of this project is for Generator maintenance—various locations The scope of this project is to perform the periodic maintenance of generators and to provide emergency on-call services for repair of generators using the scope below: 1. Contractor will be responsible for periodic maintenance. 2. Contractor shall coordinate dates and times for the maintenance Weld County Facilities Department to ensure Weld County can support/escort. 3. Periodic Maintenance inspections will include: A. Ignition system and components will be inspected and replaced as needed. B. The entire equipment will be lubricated,and the oil changed when 1 year have lapsed. C. Fuel system will be inspected for deterioration or rust collection.All fuel filters and water separator if applicable will be replaced annually.Price of parts shall be included in bid. D.Cooling system will be checked.When replacement of belts and hoses and(cooling filters where applicable)recommended a quote will be provided.Belts and Hoses shall be replaced every 4 years.Price of parts shall be included in bid. E.All batteries will be checked,cleaned,or replaced every 3 to 4 years as needed. Price of parts shall be included in bid. F. All air cleaners will be inspected and will be replaced every year.Price of parts shall be included in bid. G.Safety shutdown system will be inspected and tested,if present H. Exhaust system components will be checked for deterioration. I. All instruments will be checked for proper operation. J. The generator will be checked for proper setting and operation.Voltage and frequency will be adjusted,brushes will be inspected,if applicable. K. Automatic transfer switch will be inspected,cleaned,and adjusted as required. Solicitation#B2400139 Page 5 L. Exercise on generator will be set to Monday mornings no transfer on most generators.Certain Generator will transfer load once a month Owners discretion. M.Reset and test exercise clock.Check hour meter for proper operation. N.Generator set and transfer switch will be checked and wiped down as needed. O.Weld County staff will be instructed on operation and upkeep procedures to be followed by OWNER between regular calls by CONTRACTOR service personnel. P.After all the above has been completed,Contractor service personnel will run generator set(s)and conduct tests under Owner's load providing Owner makes such load available and it is practical to run the tests concerned. Q.Contractor will submit a report to the Owner of the entire inspection and will advise customer of any repairs needed. R.Contractor wilt verify proper operation of immersion heaters,block heaters,etc. S.Contractor will perform full load bank testing every two years or when major service is done. T. Work to be done during working hours.7:00 AM to 3:30 PM Mon.-Fri.All testing and maintenance shall be completed within a 3-week concurrent period in May, June,or July each year.Schedule to be coordinated with a representative from the Facilities Department. 4. Work will comply with all applicable Federal,State and local laws,ordinances and regulatory requirements. 5. No bid bond is required for this project. 6. All trash and debris to be properly disposed of offsite by Contractor. 7. Weld County is a tax-exempt entity. 8. Contractor will be required to enter a standard Weld County contract for this service.A standard County contract is available through the Weld County Purchasing Department and is available for viewing upon request. 9. The initial annual contract will be from December 1,2024 through November 30,2025. 10.Contract may be awarded up to three(3)additional annual increments pending performance,review and approval. Solicitation#B2400139 Page 6 Schedule D-Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 am on October 31,2024: 1) Schedule B-Scope of Work 2) Schedule D—Bid Form 3) W9,if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders.If you have previously worked with Weld County,only provide your W9 if there has been a change. 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 in the space below: Generator equipment and location and pricing: Below are the list of generator sets and location.Please provide pricing for each annual Periodic Maintenance(PM)service.In addition,provide pricing for each full load bank testing that will occur every two years and/or following major service at request of Weld County. Building Name Unit Location Annual PM Load Belts Service bank and Price price Hoses 35th Tower Unit Make:Onan 3105 35th Ave Unit Model#:DSGAE- Greeley $739.50 $854.00 $1034.7C 1207317(200kw diesel) Unit Serial#: F120356179 1150 Admin Unit Make:Kohler 1150 H St Unit Model#:400ROZD Greeley $1341.50 $1066.00 $1548.00 Unit Serial#:358704 1551 Dispatch Unit Make:Onan 1551 N 17th Ave Unit Model#:DQDAA- Greeley $993.00 $916.00 $1198.50 1335504(250kw diesel) Unit Serial#:H130551423 1250 Clerk and Unit Make:Generac 1250 H Street $852.50 $866.00 $902.50 Recorder Unit model#: Greeley SD010KG176.7D18HPLY3 Unit Serial#:3014037021 Ault Shed Unit Make:Kohler 41150 Tegan Ave $553.50 $738.00 $802.50 Unit model:48RCLC Unit serial#: 3677GMKJ0154 Solicitation#B2400139 Page 3 Central Weld Unit Make:Kohler 4977 County School Tower Unit Model#: Road $512.50 $668.00 $775.50 30REOZJC 59 Unit Serial#:3053736 Keenesburg Centennial Unit Make:Kohler 915 10Th Street Center Unit Model#: Greeley $735.00 $812.00 $781.50 150REOZGC Unit Serial#: SGM32BS94 1950 Law Unit Make:Onan 1950 O Administration Unit Model #: DSGAC- Street $780.50 $820.00 $1164.50 2773037 (150kw diesel) Greeley Unit Serial#: A100082742 Briggsdale shed Unit Make:Generac 43950 HWY 14 $779.00 $764.00 $774.50 Unit Model: Briggsdale CO SG0050GG264.5V18SPSY A Unit Serial#:3014511691 Coroner Unit Make: Generac 1121 M Unit Model #: SD50 Street $651.00 $718.00 $807.50 (50kw diesel) Greeley Unit Serial#: 3007785668 Crime Lab Unit Make:Onan 2329 115th Ave Unit Model#:DSKCA- Greeley $637.00 $722.00 $913.50 1326825(25kw diesel) Unit Serial#: D130495358 Dacono Shed Unit Make: Generac 5510 Hwy 52, Unit Model #: SD60 Dacono $617.00 $711.00 $725.50 (60kw diesel) Unit Serial#: 3000720296 Evidence Unit Make: Generac 2329 115th Ave Storage Unit Model #: SD40 Greeley $625.00 $747.00 $800.50 (40kw diesel) Unit Serial#: 3006189487 Facilities Unit Make:Kohler 1105 H Unit Model#:10REOD Street $566.00 $718.00 $758.50 Unit Serial#:2153652 Greeley Fort Lupton Unit Make: Generac 7623 County Shed Unit Model #: SD50 Road $575.00 $697.00 $752.50 (50kw diesel) 31 Unit Serial#: Fort Lupton 3000720265 Solicitation#B2400139 Page 4 Fort Lupton Unit Make:Kohler 7623 County Tower Unit Model#: Road $525.00 $662.00 $882.00 40REOZJC 31 Unit Serial#: Fort Lupton SGM32257R Greeley Fuel Unit Make:Kohler 1113 H Site Unit Model#:30RZ82 Street $486.50 $696.00 $717.00 Unit Serial#:391736 Greeley Greeley Water Unit Make:Kohler 26997 131stAve Tower Unit Model#: Greeley $577.00 $714.00 $900.50 40REOZJC Unit Serial#:3053785 Grover Shed Unit Make:Generac Unit 43339 County Model#:0058751(12kw Road $552.00 $762.00 $0 LP) 122 Unit Serial#:7349924 Grover Grover Tower Unit Make:Kohler 1.5 miles west Unit Model#: of County Road $642.50 $766.00 $877.50 20REOZJB 105&County Unit Serial#:2064623 Road 128 Grover Hazardous Unit Make:Kohler Unit 1311 N 17thAve Materials- Model#:20RZ82 Greeley $482.50 $688.00 $768.00 North Unit Serial#:351880 Information Unit Make:Kohler 1401 N 17thAve Technology Unit Model#: Greeley $603.00 $748.00 $800.50 80REOZJB Unit Serial#:2076219 Jail Unit Make:Onan Unit 2110 0- 2 West Model#:DFEJ- Street $1651.00 $1120.00 $1417.50 1984504(450kw diesel) Greeley Unit Serial#: A200709497 Jail Unit Make:Onan 2110 0 Phase 1&2 Unit Model#:450DFEC Street $1091.00 $1120.00 $1136.50 (450kw diesel) Greeley Unit Serial#: L950594154 Jail Unit Make:Onan 2110 0 St Phase 3 Unit Model#:400DFCE Greeley $1113.50 $1070.00 $1199.50 (400kw diesel) Unit Serial#: D060915358 Kersey Shed Unit Make:Generac Unit 23636 County Model#:0058870(20kw Road $455.00 $502.00 $0 LP) 54 Unit Serial#:5948511 Kersey Keota Shed Unit Make:Winco 51565 County Unit Model#: Road $464.00 $600.00 $0 PSS12H4WC(12kw LP) 390 Unit Serial#:1255Q2607 Keota Solicitation#B2400139 Page 5 Kiowa Shed Unit Make: Generac 42649 HWY 52 Unit Model #: 65510 Roggen $456.00 $518.00 $0 (22kw LP) Unit Serial#:9554317 LaSalle Tower Unit Make:Kohler Unit 18490 Weld CR Model#:150ROZ Unit 38 $746.00 $782.00 $721.50 Serial#:2049880 LaSalle Law Unit Make:Generac Administration Unit Model#:276971020 1950 0 $773.50 $900.00 $1799.00 (230kw)(diesel) Street Unit Serial#:2070031 Greeley New Raymer Unit Make:Cummins 64990 Hwy 14 Tower Unit Model#:C20 D6 New Raymer $661.00 $772.00 $777.50 (20kw Diesel) Unit Serial#:J230285311 Niwot Tower Unit Make:Cummins 6450 Unit Model#:C36 N6 Sommerset $503.25 $598.00 $746.50 (36kw NG) Road Unit Serial#: Niwot B160923376 Nunn Shed Unit Make:Generac 17065 County Unit Model#: Road $535.00 $575.00 $902.00 QT02524ANSNA 96 (25kw Propane) Nunn Unit Serial#: 3002827936 Nunn Tower Unit Make:Cummins 16059 County Unit Model#:C20 D6 Road $615.00 $626.00 $737.00 Unit Serial#:K230291490 100 Nunn Public Works Unit Make:Onan Unit 1111 H St Model#:60ENA(60ks Greeley $616.50 $726.00 $903.50 NG) Unit Serial#: E930507687 Public Health Unit Make:Cummins Unit 1555 N 17"'Ave Model#:DSGAA- Greeley $830.50 $770.00 $1154.00 5663101(100kw diesel) Unit Serial#: 1100153837 Rockport Shed Unit Make:Winco Unit 13626 County Model#:LSAPSSI2- Road $476.00 $602.00 $0 112H4W(12kw LP) 26 Carr Unit Serial#:12203F07 Shooting Range Unit Make:Generac 58336 CR 23 $476.00 $651.00 $0 Unit model#: Carr CO. G0070771 Unit Serial: 3011423827 Solicitation#B2400139 Page 6 Southeast Unit Make:Generac 2950 9TH Street $590.00 $668.00 $797.50 Service Center Unit Model:SG050T Ft.Lupton,CO Unit Serial#: SG0050GG2645518T PLYA Southwest Unit Make:Generac 4290 County Service Center Unit Model#:SG080 Road $524.00 $730.00 $927.50 (80kw NG) 24% Unit Serial#: Fireston 3000729747 e Southwest Unit Make:Kohler 4209 County Tower Unit Model#: Road $528.00 $700.00 $912.00 40REOZJC 24'/2 Unit Serial#: Fireston SGM3224SM e Training Center Unit Make:Onan 1104 H Street Unit Model#:GGHD Greeley $644.00 $766.00 $972.50 (100kw NG) Unit Serial#: D000088159 Timnath Tower Unit Make:Cummins 40800 County Unit Model#:C125 D6D Road 15 $856.50 $827.00 $804.50 (125kw diesel) Fort Collins Unit Serial#: G190615187 Spec:A Tri-Town Unit Make:Kohler 6800 County Road Tower Unit Model#: 17 $524.00 $654.00 $731.50 20REOZJB Fort Lupton Unit Serial#:2133186 Motor Pool Unit Make:Generac Model 1399 N 17TH Ave $1146.00 $943.00 $1070.00 #: Greeley,CO S00275K0 17103D 18HPLY80631 3(275 KW Diesel) Unit Serial#:2070031 Mead Grader Unit Make Blue star 5698 CR 34 $762.00 $754.00 $1263.00 Unit Model# Platteville Co 362C5L1604-1 E 80651 Unit Serial#749613- 0920 Periodic maintenance fee Provide the total of the annual fee for the Annual Periodic Maintenance Service and total for the bi-annual load bank service and belts and hoses: Total annual PM service: $ 31,864.25 Total bi-annual load bank service: $ 34,827.00 Solicitation#B2400139 Page 7 Total belts and hoses: $_37,658.70 On-call Due to the criticality of the systems these generators support,the contractor that is awarded this bid MUST be capable of performing on-call emergency response 24-hours a day,7 days a week, including all holidays and all-weather conditions.Call back one-half(1/2)hour of emergent or on- call notice. Contractor must be on site within three(3)hours of call.Therefore,contractor shall provide a listing of these hourly rates: Hourly rate on-call response-normal: $150.00 Hourly rate on-call response-holiday: $300.00 Hourly rate on-call response-other: $225.00 Solicitation#B2400139 Page 8 Additional maintenance and parts Weld County recognizes that additional maintenance will be required for anomalies and failures.Therefore,Weld County is requesting maintenance repair rates for scheduled normal workday hours.In addition,parts will be required.Weld County is seeking the percentage mark up on parts.When invoicing for parts,contractor must provide receipt showing price paid and the additional percentage.Therefore, contractor shall provide a listing of these fees: Hourly rate—During business hours: $150.00 Hourly rate—After business hours(Overtime): $225.00 Hourly rate—Other: $300.00 Mark up on parts: 10-50% Additional items Weld County recognizes vendors may have additional fees that may be requested that are not listed in this scope.Therefore,contractor shall provide a listing of these fees in the FEE Section below. Additional fees(Define): $_travel$2.00/mile and Disposal fee_(depending on amount of waste) (Use additional lines or pages as necessary) Escalation Weld County recognizes annual escalation rates for labor and parts.Therefore, contractor shall provide the annual escalation rate for the contact. Annual escalation rate: _5_% The undersigned,by his or her signature,hereby acknowledges and represents that Solicitation#B2400139 Page 9 1. The bid proposed herein meets all the conditions,specifications and special provisions set forth in the Invitation for Bid for Request No.#B2400139. 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 of Schedule E—Insurance and Bond 5. Acknowledgment of Schedule F—Weld County Contract 6. 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. 7. 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. Attestation Item Entry Company Name: Velocity Power LLC. Address: 405 Foxtail Dr.Hudson,CO 80642 Phone 720-394-4831 Email: Velocitypower.co@gmail.com FEIN/Federal Tax ID#: 86-3752783 CONTRACTOR: By:_Velocity Power LLC 10-30-24 Date of Signature Name: Brent Hargadin Title:_Owner Solicitation#B2400139 Page 10 1. The bid proposed herein meets all the conditions,specifications and special provisions set forth in the Invitation for Bid for Request No.#B2400139. 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 of Schedule E—Insurance and Bond 5. Acknowledgment of Schedule F—Weld County Contract 6. 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. 7. 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. Attestation Item Entry Company Name: Velocity Power LLC Address: 405 Foxtail Dr.Hudson CO 80642 Phone 720-394-4831 Email: Velocitypower.co@gmail.com FEIN/Federal Tax ID#: 86-3752783 CONTRACTOR: BY: /� _10/29/24__ 'd Date of Signature Name:Brent Hargadin Title:Owner Solicitation#B2400139 Page 10 Addendum#1 Bid Request Number B2400139 Generator Maintenance—Various Locations 1.Currently Reads: Schedule D—Bid Form of the specifications shows a space for the pricing for Annual PM Service and a space for pricing Load Bank testing but no space for belts and hoses: Change: Revised Schedule D—Bid Form,attached to this addendum shows an additional space for the belts and hoses pricing,as well as other minor changes listed in the questions and answers below.Please provide pricing for annual service,load bank testing and belts and hoses separately.Please use the revised schedule D for the bid. 2.Currently: The current bid date is October 24,2024 at 10:00 AM. Change: Because of the hose and belt pricing the bid date will be extended to October 31,2024 at 11:00 AM to allow additional time for pricing. Bids will be received until:October 31.2024 at 11:00 am(Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on October 31,2024 at 11:30 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. Phone number:720-439-5261 Phone Conference ID:687 247 90# Questions and Answers: 1. Question:At your convenience,could you please clarify if the load banks for this bid is for 2- hour or 4-hour load bank? Answer:The load bank test will be for 2 hours. 2. Question:Can the pricing request for belts&hoses be provided separately from the PM service pricing? It will be difficult to get exact pricing for the belts&hoses in time due to the large number of generators in the bid request. Answer:Pricing for belts and hoses needs to be provided with the PM service pricing.All belts and hoses will need to be replaced in the first year of the service contract.Pricing for these services will be broken out as shown on the new bid form attached. 3. Question:#6 Compensation not to exceed$-Can you explain further what this section is for? Solicitation#B2400139 Page 1 Are we supposed to insert a number that would cover emergency service calls? Answer:No.This appears in the contract that will be executed with the successful bidder.We will insert the amount of the bid in this section.Emergency service calls will be handled on an as needed basis and billed separately. 4. Question:Jail 2 West is 450KW.The bid form shows it as a 45kw Answer:See revised bid form showing the correct generator size. 5. Question:Can the bids for the Services be separated from the Hose and Belt changes?I feel this will give a better representation for the future services. Answer:Please see question#2. 6. Question:Do we include battery pricing?Can this also be separate? Answer:Battery pricing will not be included as a line item in this proposal.This will be done on as needed basis as part of the service pricing. 7. Question:Jail Phase 1&2 is a DFEC.The bid form shows it as a BFEC Answer:See revised bid form showing the change to DFEC 8. Question:The Nunn Shed shows a Cummins generator.It is not a Cummins Answer:See revised bid form showing the correct generator Solicitation#B2400139 Page 2 Addendum Acknowledgement ***A signed copy must be submitted with your bid.Thank youl*** Company Name:Velocity Power LLC 6bte*�{ Date of Signature Signature: mG Name:_Brent Hargadin Title: Owner October 29,2024 Solicitation#B2400139 Page 11 ACO DATE(MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 11202024 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 NAMEACT Peter Ashley GIA Risk Management PHONE 303 525 8412 FAX (A/C.No.ExU.__-- - - (A/C,No): 9195 West 44th Aenue E•MaREa SS:pashley@a ia.c ADD � om INSURERn AFFORDING COVERAGE NAIL# Wheat Ridge CO 80033 INSURER A:Liberty Mutual Insurance Company INSURED INSURER B:Liberty Mutual Insurance Company Velocity Power,LLC INSURER C: 405 Foxtell Drive ----------- ------------ ------ r— INSURER D INSURER E__ Hudson CO 80042 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. IIVSR^ 'ADDL;SUBRI. POLICYEFF!POLICY EXP T LTR� TYPE OF INSURANCE INSO'WVD:' POLICY NUMBER (MMIDD/YYYYI'IMMIDDIYYYYI� LIMBS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMTjER a Eorrc-e—ce_)--- ---------_- !S 100,000 MED EXP(Any one person) $5,000 a X X BWG 6316 6432 06182024 06.2025 PERSONAL a ADV INJURY $1,000,000 'GEN,AGGREGATE LIMIT APPLIES PER, : GENERAL AGGREGATE I,$2,000,000 !X PRO POLICY(—J JECT LOC PRODUCTS-COMP OP AGG $2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person); OWNEDSCHEIED AUTOS ONLY AUTOSDU BODILY INJURY(Per accident)j$ i,HIRED 1 NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) UMBRELLA LIAR OCCUR !EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE DED! I RETENTION$ WORKERS COMPENSATION X I STATUTE;_ ERH AND EMPLOYERS'LIABILITY ANYPROPRIETORIPARTNER�EXECUTIVE Y/N E.L.ACH ACCIDENT !$1,000,000 b OFFICER/MEMBEREXCLUDED? NIA' I XMG631$6432 05162024 05172025 i- -- i(Mandatory in NH) ! F.L DISEASE-EA EMPLOYEE'$1,000,000 I It yes.describe under i DESCRIPTION OF OPERATIONS below E.L.DISEASE-POL.CY LIMIT,$1,000,000 I I I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule.may be attached if more space is required) operations-contractor certificate holder is additional insured where required by contract\ Additional insured includes Weld County,its elected officials,employees,agents.and volunteers CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS. as certificate holder and as additional insured AUTHORIZED REPRE VE J 11050 Street Peter Ashley Greeley CO 80632 / ©19d8-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) The ACORD name and Togo are registered marks of ACORD Binder of Insurance Pending issuance and delivery of a policy pursuant to the application of the insured and to all the terms and conditions of the policy issued by the company the State Farm Mutual Automobile Insurance Company Does hereby insure: VELOCITY POWER LLC 405 FOXTAIL DR HUDSON, CO 80642-7404 Policy Number: 484 9627-E10-06 Year Make Vehicle Identification Number (VIN) 2018 FORD F150 PICKUP 1FTEW1EP6JKC41065 Coverages Liability Comprehensive Collision Ded 1M/1M/1M $250 $500 Effective November 21, 2024, expiring not to exceed thirty (30) days hence and to become void immediately upon the issuance of a policy in place hereof. ANY PERSON WHO KNOWINGLY AND WITH INTENT TO DEFRAUD ANY INSURANCE COMPANY OR OTHER PERSON FILES AN APPLICATION FOR INSURANCE OR STATEMENT OF CLAIM CONTAINING ANY MATERIALLY FALSE INFORMATION OR CONCEALS FOR THE PURPOSE OF MISLEADING, INFORMATION CONCERNING ANY FACT MATERIAL THERETO COMMITS A FRAUDULENT INSURANCE ACT, WHICH IS A CRIME AND SUBJECTS SUCH PERSON TO CRIMINAL AND CIVIL PENALTIES. Date 11/21 ,24 4fr /�'z:ldo.- Autho ized Representative Contract r Entity Information Entity Name* Entity ID* C New Entity? VELOCITY POWER LLC @00048716 Contract Name* Contract ID Parent Contract ID GENERATOR MAINTENANCE-VARIOUS LOCATIONS 8898 THROUGHOUT THE COUNTY Contract Lead* Requires Board Approval Contract Status CNAIBAUER YES CTB REVIEW Contract Lead Email Department Project# cnaibauer@weld.gov Contract Description PROVIDE GENERATOR MAINTENANCE SERVICES FOR EMERGENCY GENERATORS LOCATED THROUGHOUT THE COUNTY. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 12/05/2024 GROUNDS 12/09/2024 Amount* $104,349.95 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go YES Does Contract require Purchasing Dept.to be included? Automatic Renewal Department Head Email YES CM-BuildingGrounds- Grant DeptHead@weld.gov Bid/RFP#* B2400139 County Attorney IGA 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* 11/03/2025 12/31/2025 Termination Notice Period Committed Delivery Date Expiration Date Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 12/05/2024 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 12/02/2024 12/04/2024 12/05/2024 Final Approval BOCC Approved Tyler Ref# AG 120924 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 12/09/2024 1861 1�` FACILITIES DEPARTMENT PHONE:(970)400-2023 1 FAX:(970)304-6532 G O�.T WEBSITE:www.co.weld.co.us 1105 H STREET P.O.BOX 758 GREELEY,COLORADO 80632 November 14,2024 To:Board of County Commissioners From:Patrick O'Neill Subject:Generator Maintenance—Various Locations(B2400139) As advertised this bid is for Generator Maintenance at various locations by establishing a maintenance contract that may be renewed annually up to three additional years.The low bid is from Velocity Power,LLC.and meets specifications. Therefore,the Facilities Department is recommending the award be made to Velocity Power,LLC.for the Annual PM Service for 31,864.25,a Bi-Annual Load Bank test for$34,827.00 and belt and hose replacement every four years for$37,658.70. In addition,Velocity Power,LLC.has identified the fees listed in Attachment A. If you have any questions,please contact me at extension 2023. Sincerely, Patrick O'Neill Director UL4—2—l tk/ZO V 1b iQ Attachment A ADDITIONAL SERVICE FEES On-Call Hourly Rate-Normal $ 150.00 Hourly Rate-Holiday $ 300.00 Hourly Rate-Other $ 225.00 Scheduled Hourly Rate-Normal $ 150.00 Hourly Rate-Holiday $ 225.00 Hourly Rate-Other $ 300.00 Markup Parts&Lubricants 10-50% Additional Fees Travel-$2.00 per mile Annual Contract Escalation 5% WELD COUNTY PURCHASING r861 1301 N.17th Avenue,Greeley,CO 80631 reverett(atweld.gov cgeisert(a�weld.00v ri' ttaylor@weld.gov tiC O U T Y Phone:970-400-4222,4223 or 4454 DATE OF BID:OCTOBER 24,2024 REQUEST FOR: GENERATOR MAINTENANCE(VARIOUS LOCATIONS) DEPARTMENT: FACILITIES BID NO: B2400139 PRESENT DATE: OCTOBER 30,2024 NOVEMBER 6,2024 APPROVAL DATE: NOVEMBER 20,2024 BI-ANNUAL ANNUAL PM LOAD BANK VENDOR SERVICE TOTAL ESCALATION Velocity Power LLC $31,865.25 $34,827.00 5% 405 Foxtail Drive Hudson,CO 80642 Rocky Mountain Powertrain $68,102.00 $68,875.60 5% 10300 E.107th Place Brighton,CO 80601 LG Electrical LLC $76,600.00 $80,000.00 5% 8050 Piney River Avenue Littleton,CO 80125 Gen-Tech of Colorado LLC $76,496.15 $25,640.00 5% 8080 Pontiac Street Commerce City,CO 80022 Cummins,Inc. NO BID 8211 E.96th Avenue Henderson,CO 80236 Generator Source Non-responsive 625 Baseline Road Brighton,CO 80603 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2024-2948 Hello