Loading...
HomeMy WebLinkAbout20241166.tiffCohivaC-I-1 D- 2'01 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & AIR SYSTEMS ENGINEERING COURT HOUSE & CENTENNIAL CENTER HOT WATER GENERATOR & CHILLED WATER PUMP REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this ia�day of June , 2024, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Air Systems Engineering, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; 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 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. B2400083". Exhibit B consists of Contractor's Response to County's Request for Bid. 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 faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. 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. cc, con5errl-FpndLci- Lona/2y 202— (1 Co(o 6eCCOZco 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. 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. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. 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 drawings, drafts, or other documents it has completed or partially completed 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. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. 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 Modification. 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. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $207,978.25, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees 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 this 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. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction 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. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. 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, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction 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 shall exist 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. 13. 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. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all 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; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: 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. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. 1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. 2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. 4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. 6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). 7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the 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. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. 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. 15. 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. 16. Examination of Records. To the extent required by law, the Contractor agrees that any 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. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. 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. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. 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 by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Air Systems Engineering Name: Phillip Walton Position: Operations Manager Address: 6809 Willow Vista Ct. Address: Loveland CO. 80537 E-mail: phillip@airsystemsengineering.net Phone: 970-290-0879 County: Name: Curtis Naibauer Position: Interim Facilities Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: cnaibauer(atweld.gov Phone: 970-400-2027 19. 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. 20. 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. 21. 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. 22. 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. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. 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) shall survive any such expiration or termination. 25. 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. 26. 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. 27. 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. 28. 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. 29. 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. 30. 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 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. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. 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. 33. 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 A and B, 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: Air Systems Engineering Philip Walt° By: Name: Philip Walton ey anu a wamn yatemam9 nxne9 nn 7:7ma7 ca ."' "6°� �`�°" 6/13/2024 Title: Operations Manager WELD COUNTY: ATTEST: C xito;,,k Weld County Clerk to the Board B ° I,JaA /,vi, Deputy Clerk to the Board Date of Signature BOARD OF COUNTY COMMISSIONERS C D. Ross, Chair JUN 1 9 2024 EXHIBIT A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELEY, CO 80631 DATE: APRIL 10, 2024•. BID NUMBER: B2400083 DESCRIPTION: COURT HOUSE & CENTENNIAL CENTER HOT WATER GENERATOR & CHILLED WATER PUMP REPLACEMENT DEPARTMENT: FACILITIES MANDATORY PRE -BID: APRIL 24, 2024 BID OPENING DATE: MAY 8, 2024 • \_1861 a-siore .1 1. NOTICE TO BIDDERS: OO The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: COURT HOUSE & CENTENNIAL CENTER HOT WATER GENERATOR & CHILLED WATER PUMP REPLACEMENT A will be held on at Weld County Court House located at 901 9th Avenue, Greeley, CO 80631. Meet on the east side of the building outside of the exterior entrance steps. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. mandatory pre -bid conference Bids will be received until: May 8, 2024 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on May 8, 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: 638 630 269# PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. 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 which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. April 24, 2024 at 9:00 AM Bid Delivery to Weld County: A. PREFERRED: email bids to bidsOtweld.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. B. 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 is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in 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 Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller 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 Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. BID REQUEST #B2400083 Page 2 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim BID REQUEST #B2400083 Page 3 or right of action whatsoever by any other person not included in the contract It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only H Attorney's Fees/Legal Costs. In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder I Disadvantaged Business Enterprises Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award J Procurement and Performance The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement K Term The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid L Termination' County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement M Extension or Modification Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder N Subcontractors. The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors O Warranty The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications BID REQUEST #7211017 Page 4 The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. BID REQUEST #B2400083 Page 5 W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order' authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional 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 Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional 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, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or BID REQUEST #B2400083 Page 6 in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional 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 Contract Professional 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 Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional 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. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. BID REQUEST #B2400083 Page 7 Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2400083 Page 8 SCOPE OF WORK Weld County Court House & Centennial Center Hot Water Generator & Chilled Water Pump Replacement PROJECT OVERVIEW: Weld County is seeking lump sum bids for the removal and replacement of one multi -purpose chilled water/condenser pump, three hot water generator package systems, & all associated piping and fittings at the Centennial Center located at 915 10th Street, Greeley, Colorado & Weld County Court House located at 901 9th Avenue, Greeley, Colorado. METHOD OF PROCUREMENT: Request for Bid (RFB): 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 iii awarding an RFB the contract. PROJECT SCOPE: The scope of this project is for the complete removal and replacement of two existing hot water generator package systems, & one multi -purpose chilled water/condenser pump at the Centennial Center, & one hot water generator package system, at Weld County Court House. Work to include the installation of new valves, temperature sensors, temperature gauges, pipe insulation, and all associated piping each piece of equipment. ATTACHMENTS: ➢ Attachment A: Weld County Project Documents ➢ Attachment B: Centennial Center Existing Hot Water Generators Pictures ➢ Attachment C: Centennial Center existing As-Builts Mechanical Drawings ➢ Attachment D: Centennial Center PK Hot Water Generator Spec ➢ Attachment E: Weld County Court House Hot Water Generator Drawings ➢ Attachment F: Weld County Court House PK Hot Water Generator Spec ➢ Attachment G: Weld County Court House Existing Hot Water Generator Pictures ➢ Attachment H: Centennial Center Chilled Water Pump As-Builts ➢ Attachment I: Centennial Center -Chilled Water Pump Pictures ➢ Attachment J: Centennial Center -Chilled Water-B&G Pump 1510 Specification Sheet 1. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments outlined above and this scope of work. This will include but not be limited to all labor, materials, and equipment to complete the total scope of work. It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided. BID REQUEST #B2400083 Page 9 PROJECT SPECIFIC TERMS AND CONDITIONS: 1. New replacement Hot Water Generators & Chilled Water Pump will be replaced with P -K Compact Water to Water Semi -Instantaneous Indirect Water Heaters and B&G Series 1510 Centrifugal Pump. New specifications and size will be included within the bid package per building. New models to be installed: i. Centennial Center New Unit: a. Patterson Kelly-PK10D-4 Pass (2-HWG Required) (See Attached specification sheets for location) ii. Centennial Center Multi -Purpose Chilled Water/Condenser Pump New Unit: a. Replace with B&G Pump Model # 1510 w/40 HP Motor or like to meet existing specifications of pump. iii. Weld County Court House New Unit: a. Patterson Kelly-PK08D-6 Pass (See Attached specification sheet for location) Contractor will be responsible for verifying the existing units and their individual specifications, during the pre -bid conference. Below are the model and serial numbers for the associated existing units. 1. Centennial Center Hot Water Generator current unit is: a. HWG-1 Adamson Dur-Mite-Model: # PMB-867-M b. HWG-2 Adamson Dur-Mite-Model: PMB-484-33 c. 1-1/4" Taco Recirculation Pump (DHWR) (Field verify model for replacement) d. Belimo 3 -Way Heating Valves-CV=29 (Field verify size to match existing) 2. Centennial Center Chilled Water/Condenser Pump current unit is: a. Bell & Gossett Model # 1510 HP 40 b. Inlet Suction Diffuser c. De-Zurik Balance Valve d. In -line Check Valve w/shutoff valves e. 2 -new stainless steel expansion joint connections 3. Weld County Court House Hot Water Generator current unit is: a. HWG-1 Patterson Kelly -Model: # 403-18-6 b. 1-1/4" Thrush Recirculation Pump (DHWR)-Model: AB -210 (Field verify model for replacement) c. Belimo 3 -Way Heating Valve-CV=29 (Field verify size to match existing) HOT WATER GENERATOR PROJECT REQUIREMENTS: 1. No dielectric unions will be allowed on new piping system. (Use other means of fittings or pipe to prevent electrolysis) 2. Replace existing domestic water recirculation pumps with TACO or Grundfos pumps to match existing pump specifications. 3. Required Type L copper pipe and fittings. 4. Required schedule 40 black pipe with black pipe fittings. 5. Install all new temperature & pressure gauges with thermowells. 6. Required drain valves at all low points on each package system to allow for proper drainage. 7. Replace all existing gate valves with all new full port ball valves. 8. Install inline temperature sensors on each piece of equipment with thermowells and Greystone All- purpose probe sensors. Sensors to be installed on the domestic hot water supply, domestic hot water return, and heating hot water supply. 9. All equipment being replaced shall meet or exceed the current unit's specifications. 10. Remove existing strap -on temperature sensors from systems and replace with thermowells & compatible SETPOINT sensors. Contractor will verify model of temp sensor and type with SETPOINT Controls. BID REQUEST #B2400083 Page 10 11. Install New Belimo 3 -Way Valves and Control Heads on heating water on each hot water generator package system. 12. Install new 3/4" "Spirotherm-Spirotop" vents for heating hot water supply. 13. The system will be set up to utilize the current Delta control system Version 4.2 through SETPOINT. 14. Systems will maintain the same capabilities as the current unit. All piping connections, electrical connections and control connections shall be a part of this contract. New equipment must be compatible with the existing SETPOINT building automation system. If additional controls, equipment, and programming are required to be compatible with the existing SETPOINT building automation system it is the contractor's responsibility, including all associated cost and must be part of the contractors bid. 15. Systems will maintain the same capabilities as below: Hot Water Generator -Points -Per HWG Heating Water Supply Temp Start/Stop 3 -Way valves control HHW Hot Water Generator High alarm Recirculation Pumps Start Stop Pumps Status DHWR & HWGP Pumps Status Domestic Hot Water Return Temp Domestic Hot Supply Temp CHILLED WATER PUMP PROJECT REQUIREMENTS 1. New chilled water pump will meet the specifications and size of the existing pump. 2. Install 2 -new stainless steel expansion joint connections on the inlet and discharge side of chilled water pump. 3. Install new inline suction diffuser w/drain valve to be installed on suction side of new pump. 4. Install 2 -butterfly valves to replace existing gate and butterfly valve. 5. Install 1-inline check valve on the discharge side of pump. 6. Replace De-Zurik balancing valve with new balancing valve to meet existing specifications. 7. Install new mag starter to meet the specifications of new pump/motor. 8. Install new rib relay inside disconnect. 9. Install new pot feeder with all associated piping. 10. Install all new temperature & pressure gauges with thermowells. Chilled Water Pump -Points Pump Start/Stop Pump Status BID REQUEST #B2400083 Page 11 PROJECT REQUIREMENTS 1. Any modifications to the existing space and or tie ins that may be needed are the contractor's responsibility and must be included with their bid. This shall include but not limited to the removal and replacement of walls, doors, or other mechanical or electrical equipment that may be needed to remove and replace the new equipment as outlined in this request for bid. 2. Contractor will perform removal of the old hot water generator units and chilled water pumps with installation of new units. Which will include proper haul off and disposal of existing units and their contents in a legal and safe manner. 3. Contractor will be responsible for all pipe insulation and jacketing that is disturbed during construction will be required to be replaced with new materials. Newly installed pipe insulation will be installed tightly up to existing pipe insulation with no vapor barrier. 4. Contractor is responsible for all electrical scopes of work including but not limited to disconnecting the existing units, modifications for new units and the complete install of all power requirements and connections for the new hot water generators and pumps. 5. Contractor is responsible for all mechanical, plumbing connections that may be needed to complete the replacement of the two hot water generators to a fully operational and functional system. 6. All work shall be coordinated with Weld Facilities Project Team to minimize downtime. Different areas of the contracted work may require for work to occur during non -business hours. 7. Proper scheduling is required for the install of the new units and is at the sole discretion of the Weld County project manager to determine when the best time for that is. 8. Weld County Court House is a secured facility and requires all personnel to submit a background authorization form to the County project manager for submittal to the Weld County Sheriff's office. No person is allowed to perform any work or visit the work area without an approved background check. 9. All other equipment and materials must be staged elsewhere offsite. Vehicles will be allowed to enter parking garage to unload or load, but then must be parked on outside the Weld County Court House public parking lot. 10. Contractor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may be needed. 11. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. 12. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel must clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 13. Weld County Court House and Centennial Center -Mechanical systems operates on Delta Controls through SETPOINT and is currently operating on version 4.2. This cost and coordination are the responsibility of the contractor and is to be included in the contractors bid. 14. New equipment must be compatible with the existing SETPOINT building automation system. If additional controls, equipment, and programming are required to be compatible with the existing SETPOINT building automation system, it is the contractor's responsibility, including all associated cost and must be part of the contractors bid. 15. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 16. Contractor is to provide cut sheets and submittals for owner's approval to ensure that the new equipment will meet or exceed the capabilities of the removed units. 17. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities and specifications. 18. Contractor shall provide a 1 -year labor and workmanship warranty and hot water generators unit shall have a standard manufacturer's warranty. 19. Contractor will provide optional pricing below for 2 -year labor and workmanship warranty. BID REQUEST #B2400083 Page 12 20. Contractor will provide a maintenance schedule to ensure compliance with all manufacturer's warranty requirements. 21. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by contractor. 22. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 23. All lifting and hoisting equipment shall be provided by the contractor. 24. The projected contract date is expected to be May 29, 2024. Based on this date, provide an expected start and finish date. PROJECT CLOSE OUT: 1. Contractor will provide one (1) complete sets of O&M manuals. 2. Contractor will provide all manufacturer's warranty documentation for all equipment. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. 4. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 5. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff. 6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. ADDITIONAL REQUIRED INSURANCE 1. Contractor will be required to provide pollution liability insurance with the following minimum limits: Per Loss $1,000,000 and Aggregate $1,000,000. 2. Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 5. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 6. Contractor is responsible for all private and public locates. 7. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. Contractor is responsible for the coordination and scheduling of all inspections that are required. The contractor will be responsible for having a qualified representative on site for any inspection. BID REQUEST #B2400083 Page 13 8. All electrical work will be done by a qualified State licensed electrician. 9. All plumbing work will be done by a qualified State licensed plumber. 10. All mechanical work will be done by a qualified State Licensed technician. 11. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 12. All lifting and hoisting equipment shall be provided by the contractor as needed. 13. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 14. No bid bond is required for this project. 15. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will not be accepted. 16. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project. 17. All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 18. Weld County is a tax-exempt entity. 19. Davis -Bacon and Buy American requirements are NOT required. 20. Contractor will be required to enter a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. SCHEDULE: 1. Contractor is responsible for providing and maintaining a full project schedule as well as a look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish April 10, 2024 April 10, 2024 April 24, 2024 May 1, 2024 May 8, 2024 May 29, 2024 June 10, 2024 Immediately upon receipt of signed contract December 31, 2024 BID REQUEST #B2400083 Page 14 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being June 10, 2024. Construction Start: Construction Finish: Provide a cost breakout per each description below: COST DESCRIPTION Mechanical and Plumbing $ Equipment $ Electrical $ Controls $ Demolition $ Other $ $ TOTAL LUMP SUM COST Optional Pricing: 2 -year labor and workmanship warranty. 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 May 8, 2024: 1) Pages 9 thru 16 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/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 and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400083 Page 15 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2400083. 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. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0124 BID REQUEST #B2400083 Page 16 EXHIBIT B bids From: Sent: To: Subject: Attachments: Philip Walton < PhilipW@airsystemsengineering.net> Wednesday, May 8, 2024 9:43 AM bids ASE Proposal for #B2400083 ASE Proposal_.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 Please find our proposal for RFB #B2400083 I hereby waive my right to a sealed bid Please provide receipt of email received Regards Philip Walton PHILIP WALTON I Operations Manager Air -Systems Engineering M 970.290.0879 I O 970.663.6544 philipw@airsystemsengineering.net 1 RFB #B2400083 Air -Systems Engineering Scope of Work ASE Proposal Philip Walton SCOPE OF WORK Weld County Court House & Centennial Center Hot Water Generator & Chilled Water Pump Replacement PROJECT OVERVIEW: Weld County is seeking lump sum bids for the removal and replacement of one multi -purpose chilled water/condenser pump, three hot water generator package systems, & all associated piping and fittings at the Centennial Center located at 915 10th Street, Greeley, Colorado & Weld County Court House located at 901 9th Avenue, Greeley, Colorado. METHOD OF PROCUREMENT: Request for Bid (RFB): 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 RFB the contract. PROJECT SCOPE: The scope of this project is for the complete removal and replacement of two existing hot water generator package systems, & one multi -purpose chilled water/condenser pump at the Centennial Center, & one hot water generator package system, at Weld County Court House. Work to include the installation of new valves, temperature sensors, temperature gauges, pipe insulation, and all associated piping each piece of equipment. ATTACHMENTS: ➢ Attachment A: Weld County Project Documents ➢ Attachment B: Centennial Center Existing Hot Water Generators Pictures ➢ Attachment C: Centennial Center existing As-Builts Mechanical Drawings ➢ Attachment D: Centennial Center PK Hot Water Generator Spec ➢ Attachment E: Weld County Court House Hot Water Generator Drawings ➢ Attachment F: Weld County Court House PK Hot Water Generator Spec ➢ Attachment G: Weld County Court House Existing Hot Water Generator Pictures ➢ Attachment H: Centennial Center Chilled Water Pump As-Builts ➢ Attachment I: Centennial Center -Chilled Water Pump Pictures ➢ Attachment J: Centennial Center -Chilled Water-B&G Pump 1510 Specification Sheet 1. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments outlined above and this scope of work. This will include but not be limited to all labor, materials, and equipment to complete the total scope of work. It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided. BID REQUEST #B2400083 Page 9 PROJECT SPECIFIC TERMS AND CONDITIONS: 1. New replacement Hot Water Generators & Chilled Water Pump will be replaced with P -K Compact Water to Water Semi -Instantaneous Indirect Water Heaters and B&G Series 1510 Centrifugal Pump. New specifications and size will be included within the bid package per building. New models to be installed: i. Centennial Center New Unit: a. Patterson Kelly-PKl0D-4 Pass (2-HWG Required) (See Attached specification sheets for location) ii. Centennial Center Multi -Purpose Chilled Water/Condenser Pump New Unit: a. Replace with B&G Pump Model # 1510 w/40 HP Motor or like to meet existing specifications of pump. iii. Weld County Court House New Unit: a. Patterson Kelly-PK08D-6 Pass (See Attached specification sheet for location) Contractor will be responsible for verifying the existing units and their individual specifications, during the pre -bid conference. Below are the model and serial numbers for the associated existing units. 1. Centennial Center Hot Water Generator current unit is: a. HWG-1 Adamson Dur-Mite-Model: # PMB-867-M b. HWG-2 Adamson Dur-Mite-Model: PMB-484-33 c. 1-1/4" Taco Recirculation Pump (DHWR) (Field verify model for replacement) d. Belimo 3 -Way Heating Valves-CV=29 (Field verify size to match existing) 2. Centennial Center Chilled Water/Condenser Pump current unit is: a. Bell & Gossett Model # 1510 HP 40 b. Inlet Suction Diffuser c. De-Zurik Balance Valve d. In -line Check Valve w/shutoff valves e. 2 -new stainless steel expansion joint connections 3. Weld County Court House Hot Water Generator current unit is: a. HWG- l Patterson Kelly -Model: # 403-18-6 b. 1-1/4" Thrush Recirculation Pump (DHWR)-Model: AB -210 (Field verify model for replacement) c. Belimo 3 -Way Heating Valve-CV=29 (Field verify size to match existing) HOT WATER GENERATOR PROJECT REQUIREMENTS: 1. No dielectric unions will be allowed on new piping system. (Use other means of fittings or pipe to prevent electrolysis) 2. Replace existing domestic water recirculation pumps with TACO or Grundfos pumps to match existing pump specifications. 3. Required Type L copper pipe and fittings. 4. Required schedule 40 black pipe with black pipe fittings. 5. Install all new temperature & pressure gauges with thermowells. 6. Required drain valves at all low points on each package system to allow for proper drainage. 7. Replace all existing gate valves with all new full port ball valves. 8. Install inline temperature sensors on each piece of equipment with thermowells and Greystone All- purpose probe sensors. Sensors to be installed on the domestic hot water supply, domestic hot water return, and heating hot water supply. 9. All equipment being replaced shall meet or exceed the current unit's specifications. 10. Remove existing strap -on temperature sensors from systems and replace with thermowells & compatible SETPOINT sensors. Contractor will verify model of temp sensor and type with SETPOINT Controls. BID REQUEST #B2400083 Page 10 11. Install New Belimo 3 -Way Valves and Control Heads on heating water on each hot water generator package system. 12. Install new 3/4" "Spirotherm-Spirotop" vents for heating hot water supply. 13. The system will be set up to utilize the current Delta control system Version 4.2 through SETPOINT. 14. Systems will maintain the same capabilities as the current unit. All piping connections, electrical connections and control connections shall be a part of this contract. New equipment must be compatible with the existing SETPOINT building automation system. If additional controls, equipment, and programming are required to be compatible with the existing SETPOINT building automation system it is the contractor's responsibility, including all associated cost and must be part of the contractors bid. 15. Systems will maintain the same capabilities as below: Hot Water Generator -Points -Per HWG Heating Water Supply Temp Start/Stop 3 -Way valves control HHW Hot Water Generator High alarm Recirculation Pumps Start Stop Pumps Status DHWR & HWGP Pumps Status Domestic Hot Water Return Temp Domestic Hot Supply Temp CHILLED WATER PUMP PROJECT REQUIREMENTS 1. New chilled water pump will meet the specifications and size of the existing pump. 2. Install 2 -new stainless steel expansion joint connections on the inlet and discharge side of chilled water pump. 3. Install new inline suction diffuser w/drain valve to be installed on suction side of new pump. 4. Install 2 -butterfly valves to replace existing gate and butterfly valve. 5. Install 1-inline check valve on the discharge side of pump. 6. Replace De-Zurik balancing valve with new balancing valve to meet existing specifications. 7. Install new mag starter to meet the specifications of new pump/motor. 8. Install new rib relay inside disconnect. 9. Install new pot feeder with all associated piping. 10. Install all new temperature & pressure gauges with thermowells. Chilled Water Pump -Points Pump Start/Stop Pump Status BID REQUEST #B2400083 Page 11 PROJECT REQUIREMENTS 1. Any modifications to the existing space and or tie ins that may be needed are the contractor's responsibility and must be included with their bid. This shall include but not limited to the removal and replacement of walls, doors, or other mechanical or electrical equipment that may be needed to remove and replace the new equipment as outlined in this request for bid. 2. Contractor will perform removal of the old hot water generator units and chilled water pumps with installation of new units. Which will include proper haul off and disposal of existing units and their contents in a legal and safe manner. 3. Contractor will be responsible for all pipe insulation and jacketing that is disturbed during construction will be required to be replaced with new materials. Newly installed pipe insulation will be installed tightly up to existing pipe insulation with no vapor barrier. 4. Contractor is responsible for all electrical scopes of work including but not limited to disconnecting the existing units, modifications for new units and the complete install of all power requirements and connections for the new hot water generators and pumps. 5. Contractor is responsible for all mechanical, plumbing connections that may be needed to complete the replacement of the two hot water generators to a fully operational and functional system. 6. All work shall be coordinated with Weld Facilities Project Team to minimize downtime. Different areas of the contracted work may require for work to occur during non -business hours. 7. Proper scheduling is required for the install of the new units and is at the sole discretion of the Weld County project manager to determine when the best time for that is. 8. Weld County Court House is a secured facility and requires all personnel to submit a background authorization form to the County project manager for submittal to the Weld County Sheriffs office. No person is allowed to perform any work or visit the work area without an approved background check. 9. All other equipment and materials must be staged elsewhere offsite. Vehicles will be allowed to enter parking garage to unload or load, but then must be parked on outside the Weld County Court House public parking lot. 10. Contractor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may be needed. 1 1. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. 12. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel must clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 13. Weld County Court House and Centennial Center -Mechanical systems operates on Delta Controls through SETPOINT and is currently operating on version 4.2. This cost and coordination are the responsibility of the contractor and is to be included in the contractors bid. 14. New equipment must be compatible with the existing SETPOINT building automation system. If additional controls, equipment, and programming are required to be compatible with the existing SETPOINT building automation system, it is the contractor's responsibility, including all associated cost and must be part of the contractors bid. 15. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 16. Contractor is to provide cut sheets and submittals for owner's approval to ensure that the new equipment will meet or exceed the capabilities of the removed units. 17. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities and specifications. 18. Contractor shall provide a 1 -year labor and workmanship warranty and hot water generators unit shall have a standard manufacturer's warranty. 19. Contractor will provide optional pricing below for 2 -year labor and workmanship warranty. BID REQUEST #B2400083 Page 12 20. Contractor will provide a maintenance schedule to ensure compliance with all manufacturer's warranty requirements. 21. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by contractor. 22. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 23. All lifting and hoisting equipment shall be provided by the contractor. 24. The projected contract date is expected to be May 29, 2024. Based on this date, provide an expected start and finish date. PROJECT CLOSE OUT: 1. Contractor will provide one (1) complete sets of O&M manuals. 2. Contractor will provide all manufacturer's warranty documentation for all equipment. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. 4. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 5. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff. 6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. ADDITIONAL REQUIRED INSURANCE 1. Contractor will be required to provide pollution liability insurance with the following minimum limits: Per Loss $1,000,000 and Aggregate $1,000,000. 2. Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 5. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 6. Contractor is responsible for all private and public locates. 7. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. Contractor is responsible for the coordination and scheduling of all inspections that are required. The contractor will be responsible for having a qualified representative on site for any inspection. BID REQUEST #B2400083 Page 13 8. All electrical work will be done by a qualified State licensed electrician. 9. All plumbing work will be done by a qualified State licensed plumber. 10. All mechanical work will be done by a qualified State Licensed technician. 11. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 12. All lifting and hoisting equipment shall be provided by the contractor as needed. 13. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 14. No bid bond is required for this project. 15. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will not be accepted. 16. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project. 17. All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this wilt need to be done on a regular basis. At no time will debris be allowed to accumulate. 18. Weld County is a tax-exempt entity. 19. Davis -Bacon and Buy American requirements are NOT required. 20. Contractor will be required to enter a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. SCHEDULE: 1. Contractor is responsible for providing and maintaining a full project schedule as well as a look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish April 10, 2024 April 10, 2024 April 24, 2024 May 1, 2024 May 8, 2024 May 29, 2024 June 10, 2024 Immediately upon receipt of signed contract December 31, 2024 BID REQUEST #B2400083 Page 14 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being June 10, 2024. Construction Start: Construction Finish: Provide a cost breakout per each description below: 8/1/2024 10/30/2024 DESCRIPTION COST Mechanical and Plumbing $ 164,052.24 Equipment $ Electrical $ 1,380.00 Controls $ 32,152.85 Demolition $2,394.00 $ 7,999.16 Other Performance and Payment Bond $207,978.25 TOTAL LUMP SUM COST Optional Pricing: labor and workmanship warranty. .. + $4,500.00 g 2 -year t3 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on May 8, 2024: on or before the bid opening 1) Pages 9 thru 16 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/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 and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2400083 Page 15 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2400083. 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. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Air -Systems Engineering BUSINESS 6809 Willow Vista Ct ADDRESS BY Philip Walton (Please print) DATE 5/8/2024 CITY, Loveland STATE,Colorado ZIP 80537 TELEPHONE NO 970-290-0879 FAX CODE TAX ID # 84-1162965 SIGNATURE .r��,,� � E-MAIL philipw@airsystemsengineering.net ^...,.,.•sir - � WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551.0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Kevin D. Ross, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0124 BID REQUEST #62400083 Page 16 ADDENDUM#1 Court House/Centennial Center CTR Hot Water Generator & Chilled Water Pump Replacement B2400083 -Questions & Answers 1. Question: Does the chilled water system have a glycol mixture? Answer: No 2. Question: Is the voltage for the 40 HP pump 460 Volts? Answer: Yes. pump is 460 Volts. 3. Question: Will you require Professional Liability (Errors and Omissions Liability) & Builders Risk? Answer: Yes. this is required. 4. Question: Is the Contractor responsible for subcontracting the controls company? Who does the controls for the building? Answer: Contractor is responsible for subcontracting SetPoint for controls. Contact for SetPoint is Mark Hopp Phone number: 303-733-2300 Email: mhopp a setnoiflts` stetlls.corn. 5. Question: The PK hot water generators have BACnet Protocol option for the controls: Would Weld County like to have this option included in the proposal. Answer: No, do not include this upturn in the proposal. End of Addendum * * * We need signed copy on file. Thank You!*** Addendum received by: Air -Systems Engineering FIRM 6809 Willow Vista Ct ADDRESS Loveland, Colorado CITY AND STATE c/€/Q-cQv Form! (Rev March 2024) Department of the Treasury Internal Revenue Service Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below 1 Name of entity/individual An entry is required (Fora sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity s name on line 2) Request for Taxpayer identification Nu, ber and Certification Go to www rrs gov/FormW9 for instructions and the latest Information -Systems Engineering, Inc Give form to the requester Do not send to the IRS d C a o o 5 ` a 2 Business name/disregarded entity name, if different from above 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1 Check only one of the following seven boxes ❑ Individual/sole proprietor ❑ C corporation ,/❑ S corporation ElPartnership ❑ Trust/estate ❑ LLC Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) Note Check the 'LLC' box above and, m the entry space, enter the appropriate code (C S, or P) for the tax classification of the LLC, unless it is a disregarded entity A disregarded entity should instead check the appropriate box for the tax classification of its owner ❑ Other (see instructions) 4 Exemptions (codes apply only to certain entfies not individuals see "'wee"' on page 3) Exempt payee code (if any) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code (if any) 3b If on line 3a you checked 'Partnership" or "Trust/estate or checked LLC" and entered 'P as its tax clussrficabon, and you are providing this form to a partnership, trust or estate In which you have an ownership interest, check ❑ this box if you have any foreign partners, owners or beneficiaries See instructions (APFpes to accounts maintained outside the United States ) 5 Address (number street, and apt or suite no ) See instructions 6809 Willow Vista Court Requester's name and address (optional) 0 Cfty state, and ZIP code Loveland, CO 80537 7 List account numbers) here (optional) rfXa Taxpayer Identification Number (TIN) Social security number Enter your TIN in the appropriate box The TIN provioee must match the name given on tine 1 to avoid backup withholding For individuals, this is generally your social security number (SSN) However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later For other entities, it is your employer identification number (EIN) If you do not have a number, see How to get a TIN, later Note If the account ism more than one name, see the instructions for line 1 See also What Name and Number To Grve the Requester for guidelines on whose number to enter 1 I or Employer identification number 8 4 1 6 12 9 6 5 rt I.I Certification Under penalties of perjury, I certify that 1 The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me), and 2 I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3 I am a U S citizen or other U S person (defined below), and 4 The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct Certification instructions You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have faded to report all interest and dividends on your tax return For real estate transactions, item 2 does not apply For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you/ must provide your correct TIN See the instructions for Part II, later .Sigh Signature of �/r / _ _ G'� _ L� Here U S person �Y �,Q� �}L�d�' General instructions Section references are to the Internal Revenue Code unless otherwise noted Future developments For the latest information about developments related to Fonn W-9 and Its instructions, such as legislation enacted after they were published, go to www rrs gov/FormW9 What's New Line 3a has been modified to clarify how a disregarded entity completes this line An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner Otherwise, it should check the "LLC" box and enter its appropriate tax classification Date 5/8/2024 New line 3b has been added to this form A flow -through entity is required to complete this line to indicate that it has director indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which it has an ownership interest This change is intended to provide a flow -through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3 See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065) Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat No 10231X Form W-9 (Rev 3-2024) A R -SYSTEMS ENGINEERfNC,lNC. 6809 Willow Vista Court, Loveland, CO 80537-9315, (970) 663-0544 5/8/2024 RE Detailed equipment specification to include in the Warranty 1 Material and labor for PKO8D and PK1OD components 2 Recirculation Pumps 3 All piping and fittings 4 40 HP pump with grounding kit 5 VFD P -K COMPA CTO MODELS PK06, PK08, PK10 & PK12 (DOUBLE AND SINGLE WALL) WATER TO WATER PATTERSON-KELLEY HOT WATER OUTLET Gett v O l 6 (NJ d u 7It- --4i -41 Ihe (1471 C D BOILER WATER/ OUTLET 1/2. FPT WATER SOLENOID DISCHARGE. PIPE TO DRAIN BUNDLE RE K7VAl AREA ocD TANK THERMOMETER INSL)IATIOJ aCE tTM1. )10 MCi b "+ COLD WATER " INLET oCTE D B r— BOILER WATER CO INLET C (4) 3/4'0 HOLES I CLEARANCE REQUIRED FOR RELJEF VALVE REMOVAL V E I REUEF VALVE DISCHARGE. PIPE TO MC r*n. FLOOR p e, PUMP 1NG LL_ 3/4MPT DRAIN (CAPPED) L7 l A2 B B1 D E F G Weight (Ibs) MODEL NUMBER A Al - X 2 - 31-1/8 15 20 78 85 630 PK06S 1-1/2 69-1/8 X 20 78 85 650 PKO6D 1-1/2 69-1/8 2 69-1/4 X 3 20 78 84 730 PK08S 84 760 PKO8D 2 69-1/4 X 3 15 20 78 31-3/8 _ X 3 33-1/2 19 24 814/2 89 990 PK1OS 2-1/2 72-3/4 72-3/4 X 3 33-1/2 19 24 81-1/2 89 1040 PK1OD 2-1/2 4 X 85-1/2 5 41-3/8 29 34 97-3/4 101 1200 PK12S 4 85-1/2 5 41-3/8 29 34 97-3/4 101 1300 PK12D 4 X Notes: Maximum Operating Pressure: 1S0PSI Dimensions in inches 1. PK12 units Inlet and Outlet connections are ANSI 150# Flanged. 2. Single Wall Unit Represented. See chart for different dimensions between Single and Double Wall 3. Pressure only relief valve shipped loose and must be installed by contractor in the field as shown. 4. A2 is Outlet height for PK12 Compacts. CW Inlet Temperature: HW Outlet Temperature: HW Flow Rate GPM: BW Inlet Temperature: BW Outlet Temperature: BW Flow Rate GPM: Rep: Phone Number: Email: Job Name: Rough -in dimensions Ony Seismic Support Stand Available COMPONENTS o SINGLE WALL DOUBLE WALL SUPPORT STAND o STANDARD SEISMIC (OPTIONAL) SHELLSIDE D SR -171-706 (COPPER -NICKEL} TUBESI DE TUBES • SB-75-C1220O COPPER • SB-171-706 COPPER NICKEL • 316SS (316SS BUNDLE ONLY) • SB-171-464 NAVAL BRASS (STANDARD) TUBESHEET (INNER) • SB-171-706 COPPER NICKEL . • 31&SS (316SS BUNDLE ONLY) a N/A 0 CARBON STEEL TUBESHEET (OUTER) BILLET • a SA-516-GR 70 CARBON STEEL *316SS available in SINGLE WALL Only '-KCOMPACTO ODELS PK06, PK08, PK10 & PK12 (DOUBLE AND SINGLE WALL) WATER TO WATER PATTERSON-KELLEY Pump IStandard Pump NY Trim Number Part Number Part 1 Te- 2 1 Ball Valve 1 B&G Pump - PL30-B -------- 2 Venturi Tee 2 =f 2 Isolation Flange I, 3 B&G Pump 4 Pressure Gauge ft..---- 1 1 3 NY Trim Application allows the ere �- di. Standard pump configuration 4 MI � �2 consists of the pump and Recirculation of pump tee. for the different use Building with 3 pump of the the pump sizes drop. COMPACT use building Recirculation to take of the are available pressure venturi place isolation flanges for easy pump maintenance. Pump assists 1 with heat transfer, and prevention of scale build-up on ' Pump Selection tube bundle. ' B&G Pump — PL30-B • B&G Pump — PL36-B • B&G Pump — PLS0-B Control Valve Valve Type I 1" 11/2" 2" 2 Y�" 3" I 4" ❑ ❑ ❑ ❑ n Manufacturer Siemens ❑ 2 -Way Electric Model MXG MXF M3P Flange to Flange 4.33" 5.51" I 6.69" 11.42" 12.2" 13.78" r Manufacturer Siemens il l 3 -Way Electric Model MXG MXF M3P Flange to Flange 4.33" J 5.51" 1 6.69" 11.42" 12.2" 13.78" Manufacturer Watson McDaniel , 2 -Way Pneumatic Model HB Series CV Series Flange to Flange 7.25" I 8.75" 10" 1 10.88" 12.52" 14.49" Manufacturer Warren 3 -Way Pneumatic Model 28N 29N Flange to Flange 4.875" 5.75" 6.5" 9" 10" 13" Pilot Valve and Controller Submittals Type -J Thermocouple with LOVE � Control Panel: Standard Control Panel ❑ Electric Controller Control Panel: Standard Relay. Control Panel with Alarm Accritem Pneumatic Temperature Control Panel: Relay, Standard Horn, & Control Silencing Panel Switch with Alarm t: 1 Pneumatic , Controller Control Panel: Electronic (Electric Control Only) Panel with BACnet Relief Valve SIZE Pressure Only Temperature & Pressure .. BTU/HR CAPACITYPI SIZE BTU/HR CAPACITY 3/4" 1,817,000 _ 3/4" 1,912,000 1" 2,858,000 1 • Li 1" 3,625,000 1 1/2" 7,322,000 is 1 1/2" 6,050,000 P -K COMM CJW MODELS PK06, PK08, PK10 & PK12 (DOUBLE AND SINGLE WALL) WATER TO WATER PATTERSON-KELLEY HOT \WATER OUTLET act u 0 fi l (N nenn P W BOILER O ATLETJ i I i I BUNDLE RE PC VAL AREA D 1 1 /2' FPT WATER SOLENOID DISCHARGE, PIPE TO DRAIN / TANK) THERMOMETER INSULATION aaaCTAII !Ma a II COLD WATER I I INLET ourL u lee C'� (4) 3/460 HOLES a BOILER WATER--, co INLET I CLEARANCE REQUIRED FOR RELIEF VALvE REMOVAL I RELIEF VALVE DISCHARGE, PIPE TO elf rsa FLOOR P et CIRCULATING PUMP Ls 3/4' MPT DRAIN (CAPPED) 1 0 B1 D E F G Weight (ebs) MODEL NUMBER A Al A2 B 31-1/8 15 20 78 85 630 PKO6S 1-1/2 69--1/8 X 2 314/8 15 20 78 85 650 PK06D 1-1/2 69-1/8 X 2 31-3/8 15 20 78 84 730 PKO8S I 2 69-1/4 X 3 31-3/8 15 20 78 84 760 PKOSD 2 69-1/4 X 3 33-1/2 19 24 81-1/2 89 990 PK1OS 2-1/2 72-3/4 X 3 PK10D 2-1/2 72-3/4 X 3 33-1/2 19 24 81-1/2 89 1040 4 41-3/8 29 34 97-3/4 101 1200 PK12S 4 X 85-1/2 5 i 41-3/8 29 34 97-3/4 101 k 1300 PK12D 4 X 85-1/2 5 Notes: Maximum Operating Pressure: 150P51 Dimensions in inches 1. PK12 units Inlet and Outlet connections are ANSI 150f# Flanged. 2. Single Wall Unit Represented. See chart for different dimensions between Single and Double Wall 3. Pressure only relief valve shipped loose and must be installed by contractor in the field as shown. 4. A2 is Outlet height for PK12 Compacts. CW Inlet Temperature: HW Outlet Temperature: HW Flow Rate GPM: BW Inlet Temperature: BW Outlet Temperature: BW Flow Rate GPM: Rep: Phone Number: Email: Job Name: ougn-I Seismic Support Stand Available COMPONENTS o SINGLE WALL DOUBLE WALL SUPPORT STAND ❑ STANDARD SEISMIC (OPTIONAL) E SB-171-706 SB-75-C1220O (COPPER -NICKEL} COPPER SHELLSIDE L,., TUBES c • SS -171-706 COPPER NICKEL • 316SS (316SS BUNDLE ONLY) i • SB-171-464 NAVAL BRASS (STANDARD) w CO I- TUBESHEET (INNER) O SB-171-706 COPPER NICKEL 316SS (316SS BUNDLE ONLY) o D N/A • CARBON STEEL TUBESHEET (OUTER) • SA-516-GR 70 CARBON STEEL BILLET *31655 available in SINGLE WALL Only P -K COMPJI CTO MODELS PK06, PK08, PK10 & PK12 (DOUBLE AND SINGLE WALL) WATER TO WATER PATTERSON-KELLEY Pump Standard Pump r, I NY Trim Number Part Number Part 1 7.-- 1 Ball Valve 1 B&G Pump - PL30-B i— 2 2 Venturi Tee 2 2 Isolation Flange _• 3 B&G Pump 4 Pressure Gauge . ------ I 1 i■ir 7 NY Trim Application allows the e.g.-ea-3 e es C* '• O Standard pump configuration 4 --` 2 - consists isolation flanges of the pump and for easy pump II r Recirculation of pump tee. for use the with 3 different of Building the pump the pump sizes drop. COMPACT Recirculation use of are building to the take available pressure venturi place maintenance. Pump assists 1 with heat transfer, prevention of scale build-up and on Pump Selection tube bundle. ❑ B&G Pump — PL30-B rD B&G Pump — PL36-B B&G Pump - PLS0-B Control Valve Valve Type 1" 1 %" 2" 2 %Z" 3" - 4" i Ii ❑ ❑ ❑ Manufacturer Siemens 2 -Way Electric Model MXG MXF M3P Flange to Flange 4.33 5.51 6.69" 11.42" 12.2" 13.78" r Manufacturer Siemens J 3 -Way Electric Model MXG MXF M3P ` Flange to Flange 4.33" 5.51" I 6.69" 11.42" 12.2" 13.78" Manufacturer Watson McDaniel ❑ 2 -Way Pneumatic Model HB Series CV Series Flange to Flange 7.25" 8.75" 10" 10.88" 12.52" 14.49" Manufacturer Warren 3 -Way Pneumatic Model 28N 29N Flange to Flange r 4.875" 1 5.75 _ 6.5 9" I 10" 13" Pilot Valve and Controller Submittals Type -1 Thermocouple with LOVE Control Panel: Standard Control Panel ❑ Electric Control Panel: Standard Control Panel Alarm 1 • Controller Relay with Accritem Pneumatic Temperature Control Panel: Relay, Standard Horn, & Control Silencing Panel Switch with Alarm 1 fl Pneumatic Controller Control Panel: Electronic (Electric Control Only) Panel with BACnet Relief Valve Pressure Only SIZE Temperature & Pressure tr SIZE BTU/HR CAPACITY f BTU/HR CAPACITY 3/4" 1,817,000 .� 3/4" 1,912,000 1" 2,858,000 t i II 1" 3,625,000 1 1/2" 7,322,000 i I 1 1/2" 6,050,000 DESIGN HEAD EACH 1/2 OF DESIGN FLOW Series 1510 Centrifugal Pumps B -207H PARR GPM Beli & Gossett a xylem brand Table of Contents Useful Pump Formulas 2 Standard Features 3 Technical Data 4 Materials of Construction 5 Selection Charts 6 Performance Curves 7 Centrifugal Pump Dimensions 8-9 The B&G End Suction Pump System 10 Typical Specifications 11 Useful Pump Formulas Pressure (PSI) Head (Feet) Vacuum (Inches of Mercury) Horsepower (Brake) Horsepower (Water) Efficiency (Pump) NPSH (Available) Head (Feet) x Specific Gravity 2.31 Pressure (PSI) x 2.31 Specific Gravity Dynamic Suction Lift (Feet) x .883 x Specific Gravity = GPM x Head (Feet) x Specific Gravity 3960 x Pump Efficiency = GPM x Head (Feet) x Specific Gravity 3960 Horsepower (Water) x 100 Per Cent Horsepower (Brake) = Positive Factors - Negative Factors Affinity Laws: Effect of change of speed or impeller diameter on centrifugal pumps. GPM Capacity Impeller Diameter Q, = D`Q1 Change D' Speed Change 02=RP'Q, RPM Ft. Head BHP 2 H2 Hz = RPM_ VH RPM, P(D2)3p2 =, DI Pz RPM2 3P, RPM, Where Q = GPM, H = Head, P = BHP, D = Impeller Dia., RPM = Pump Speed 2 Take away these eight standard features and you'll have a pump like everyone else's. True Back Pullout A B&G standard in design and construction.Ease in service is assured, while piping and motor remain undisturbed. Extended delays for repairs are virtually eliminated. Internally Self -Flushing Mechanical Seal This design is way ahead of its time. This unique seal design is proven in many years of service. It requires no special external flushing provisions, since the design provides for constant efficient flushing action internally. This standard feature ensures maximum seal face lubrication, heat dissipation and debris removal without vulnerable, external flush tubing. The internal flushing action passes two and a half to three times the flow over the seal faces — compared to a few GPM for conventional, stuffing -box designed pumps. Computer Controlled Impeller Balancing 1510 impellers are balanced to ANSI/HI 9.6.4-2009, balance grade G6.3 standards. This method of computer balancing Impellers provides for quiet, efficient, vibration free performance. Diameters are computer selected at the factory to furnish assurance that your capacity requirements will be met. Heavy Duty, Rugged Baseplate The Bell & Gossett fabricated heavy duty baseplate is supplied as standard on every Series 1510 pump. Unlike rolled steel and "C" channel baseplates, the Series 1510 baseplate provides a heavy duty saddle assembly, full seam welds, closed baseplate ends and an open top to provide case of access for proper equipment grouting. Solid -Foot Mounted Volute All Series 1510 pumps are provided as standard with an integrally cast volute foot located directly beneath the pump volute. This integrally cast foot ensures that the alignment between the volute and motor assembly is maintained. Without solid support beneath the volute, the piping weight alone will cause distortion which can lead to premature failure of the bearings, shaft and mechanical seal. This feature is equally important on hot water applications. The Series 1510 volute foot provides a solid foundation and eliminates the deflections which would otherwise exist within an unsupported overhung volute during the normal thermal expansion of the system piping against the volute. Center Drop -Out Spacer Coupling Unlike conventional jaw type or rigid style couplings, a center drop -out spacer coupling allows removal of the bearing frame and rotating element without disturbing the pump end pipe alignment or motor electrical connections. ANSI/OSHA-Compliant Coupling Guard The coupler guard complies with ANSI B15.1 and OSHA 1910.219. The guard offers increased protection against potential injuries and is standard on all 1510 pumps. The guards include slotted viewing windows for easy inspection. Patented i-ALERT" Condition Monitor Continuously measures vibration and temperature at the outboard bearing and automatically indicates when pre-set levels of vibration and temperature have been exceeded, so that changes can be made before failure occurs. A visual indication of pump health makes walk -around inspections more efficient and accurate. This onboard pump intelligence helps minimize life -cycle costs while maximizing performance. 3 Technical Data BALANCE STANDARDS Impellers are balanced to Hydraulic Institute Standards ANSI/HI 9.6.4-2009. The allowable residual unbalance in the impeller rotating assembly conforms to ANSI grade G6.3 (Ref. ISO 1940). ANSI Balance Quality Grades of G2.5 and G1 for the rotating assembly are also available. Consult your local Bell & Gossett Representative for additional details. VIBRATION LIMITS Series 1510 pumps conform to Hydraulic Institute ANSI/HI 9.6.4-2009 for recommended acceptable unfiltered field vibration limits (as measured at the pump bearings per ANSI/HI 9.6.4-2009, Figure 9.6.4.2.3.1) for pumps with rolling contact bearings. PUMP SPEED RPM OVERALL Peak DISPLACEMENT to Peak -Mils (.001 (Unfiltered) ") 3600 2.2 1800 3.8 1200 5.8 SEISMIC CAPABILITIES Series 1510 pumps are capable of withstanding a horizontal load of 0.5g* without adversely affecting pump operation. }ping and/or fasteners used to anchor the pump to the mounting pads on the floor are exciud- MECHANICAL SEAL Seal Features Standard Seal Type B&G Internally Flushed Seal Yes Enlarged Seal Chamber Yes Standard Seal Construction Buna-Carbon-Ceramic Standard Workirg Pressure 175 psig (12 Bar) Maximum Working Pressure 250 psig (1 7 Bar) Standard Seal Temperature Rating 225 deg F (107°C) Optional Temperature Rating 250 deg F (121°C) The ceramic material is 99.5% pure alumina oxide, ceramic seat hardness of 68 Rockwell C, or a tensile strength of 300,000 psi. 4 Materials of Construction Condition Monitor Shah Volute Gauge Tapping Volute Gasket Seal Assembly 1 H' ` -t salsas0Iaissm;is ts Vent Plug el r t j Slinger Shaft Sleeve Impeller Key Impeller Washer Impeller Lock Washer Standard Configuration Impeller Gauge Tapping Bronze Casing Wearing Ring (Optional) Impeller Cap Screw Gauge Tapping Lantern Ring Packing Condition Monitor `Packing Gland Shaft j Shnger DESCRIPTION BRONZE FITTED PUMP (STANDARD CONFIGURATION ALL IRON PUMP (OPTIONAL) 1 Shaft 2 Volute 3 Impeller 4 Shaft Sleeve 5 Impeller Key 6 Impeller Washer 7 Impeller Lock Washer 8 Impeller Cap Screw 9 Volute Gasket 10 Seal Assemblies 11 Condition Monitor Standard Seal Bellows Faces Metal Parts Spring For Stuffing Box 10A Flushed Single O -Rings Faces Metal Parts Spring Packed Packing Gland Lantern Ring Steel SAE 1144 Cast Iron ASTM #A159 Cast Bronze ASTM #B584 Bismuth Bronze ItC89835 #304 Stainless Steel 1510 -Steel #304 Stainless Steel #304 Stainless Steel Cellulose Fiber Stainless Steel Encloser Buna N Carbon -Ceramic Brass Stainless Steel EPR Carbon -Tungsten Carbide Stainless Steel Stainless Steel Graphited Impregnated Teflon Bronze Filled TFE Steel SAE 1144 Cast Iron ASTM #A159 Cast Iron ASTM #A536 #304 Stainless Steel ASTM #4312 #304 Stainless Steel Stainless Steel #304 Stainless Steel #304 Stainless Steel Cellulose Fiber Stainless Steel Encloser Buna N Carbon -Ceramic Stainless Steel Stainless Steel EPR Carbon -Tungsten Carbide Stainless Steel Stainless Steel Graphited Impregnated Teflon Cast Iron Filled TFE «* For operating temperatures above 250°F, a cooled flush is required - and is recommended for temperatures above 225°F for optimum seal life. On closed systems, cooling is accomplished by inserting a small heat exchanger in the flush line to cool the fluid. Flush -line Filters and Sediment Separators are available on special request. Volute Gasket Shaft Sleeve Impeller Key O Impeller Washer Optional - S Configuration Volute Impeller Gauge Tapping Bronze Casing Wearing Ring r/ (Optional) Impeller Cap Screw Drain Plug OPTIONAL FEATURES All Iron Construction Bronze Casing Wear Ring Stainless Steel Shaft Sleeve Stainless Steel Shaft Drip Pan EPR/Tungsten Carbide Seal (Standard Configuration only) Stuffing Box Construction with several seal and packing options Seal Selection Guide For: A. Standard Seals • BUNA-PH Limitations 7-9; Temperature Range -20°F to +225°F • EPR-PH Limitations 7-11; Temperature Range -20°F to +250°F For use on open or closed clear water systems. Maximum working pressure 175 psi. B. Flushed Single Seals (Stuffing Box Design) • PH Limitations 7-1 1; Temperature Range -20°F to +300°F** For use on closed or open systems where the temperature or pressure requirements exceed the limitations of the standard seal. Available in 175 psi, or 250 psi working pressures. C. Flushed double Seals (Stuffing Box Design) PH Limitations 7-9; Temperature Range 0°F to +250°F For use on closed or open low pressure systems which may contain a high concentration of abrasives. An external flush is required. Maximum working pressure 175 psi. D. Packing (Stuffing Box Design) PH Limitations 7-9; Temperature Range 0°F to +190°F For use on open or closed systems which require a large amount of make-up water, as well as systems which are subjected to widely varying chemical conditions and solids buildup. 5 Selection Charts 60 Hz TOTAL HEAD, ft. of water 500 400 300 200 100 90 80 70 50 40 30 20 10 5 !O r 1 ti • cb Lb cit so �v 474 $ '!b • • i 7 • 1 tbS4b4'eti, 4-x'1 I RPM I i .+e r % `fib stb (942)49642% 50 Hz 6 TOTAL HEAD, ft of water 600 500 400 300 200 100 90 80 70 60 50 40 30 20 10 5 t isb tro so 4, )oebsbieb ib 44, s vi'ebdo'etb 44, teb sib ktlib CAPACITY, gpm Series 1510 Performance Curves 220 200 180 160 140 w Q n 120 s -J a 100 80 a tO 560 520 480 440 400 360 320 c ,71 280 240 200 160 120 40 SIN CAPACITY IN U.S. GALLONS PER MINUTE 1750 RPM i P. see/ • r % cm.. 6.24•M 3500 RPM . - - 1 1 , '•i 1 , , 1 - 1 1 , I - ♦ - 1 I •' I 1 1 I -- -- r 1tBC 1-11C1 t i , ' 1— 1 1 al.--- — — — — — — — - - 4. — — I t I lit. co co— --- — — — 1 I 1 �i �t BB MC1 �_ 1 i ' _ _ - -- -- -I -- --- -- �--- -- -• 1 4BC 1 I I , 1 - -- — - --� -- '___ — -----' ('�`-- '1 ifAC - ' 111 1 2AC 2-_;-1\B,, �... qp F A -- -- -r----- - - -- ....... -- - - -- I 3AC _ _ 1 lie i w -�J . ••-�I. t so !4 'TJ Tl cb 'V % 'Y! CAPACITY IN U,S. GALLONS PER MINUTE 740 7 Series 1510 Centrifugal Pumps Dimensions DISCHARGE Z-1 HA • SUCTION HO HD i GAUGE TAPPINGS' i- HL HP HB `Gauge Tapping Sizes: '/d" for NPT, Is" for flanged sizes Motor Horsepower and Frame Tabulation three phase (Dripproof Enclosure) Horsepower Frame @ I 1750 RPM Frame @ 3500 RPM ' Horsepower Frame @ 1750 RPM Frame 3500 RPM '/2 56 2.0 2561 7541 V.. 56 25 284T 256T 1 143T 30 286T 284T5 1'l: 1451 4O 324T 28615 2 14ST 145T 50 326T 32415 3 i82T 145T 60 364T 326TS 5 184T 182T 75 365T 36415 7'/: 213T 184T 100 365TS 40413 10 215T 213T 125 - 40413 15 254T 215T STANDARD MECHANICAL SEAL DIMENSIONS - INCHES (MM) PUMP MODEL 1510, 1 510 STUFFING BOX CONSTRUCTION PUMP MODEL 1S10-PF, 1510-5 ^� PUMP SIZE DISCHARGE SUCTION SIZE MOTOR FRAME SIZE HA HB HD HL HO HP Y Z HA HB HD HL HO - HP Y Z 56 12 28'1. 3'!, 1'r. AC 143/1451 (305) (730) 9t,. (791 14';. 47; 34',, 9'1< (NPT) 182/1841 31(187) 1248} 1„�. 13751 ( .141 14'h (879) (248) 1'1. (d4a 14J/, [3751 a'.. (114? 3 1 ,. 21312151 34q4879);461 1 (371) 39141000) (761 '16; 3';, 14' , !(1/41P71 '431 1451 31 34'!, �0'l. '•. (83) 1'!. BC 1871 1841 11111 (7871 10•! 1"!„ 16'1. (83) (879) (.13) (40; 18'1, (476) (273) (46) (476) (NPT) 2131 MI 39'11000) 5.1. 46'10181) 12 20 5'' 25$12561 16 46's, 72{3051 1"/,. 20(509) 5 (1401 5171, (307) :� r,. (508) (140) (406) ( t 27 + 28415 28615 (406) (11811 13(330) (75) 21(533) (1271 (1314) 1 r 3 3.3�G) ` " 3 .1(Ss�) 56 12 28'!. 3'r,. 1'1, AC 1437 14Sr 1305) (730) 9'+. (78) 1 °(°. 4'1, 14°1, 3414 91. „ 1 1, 15.i. 3 111P71 18211841 31 '87' ( (248) ;4n.� 01 (117) (371) (879) (248) (0 3) 1400) (7h) 4'1. (117) 21312151 34'.4879)1 391,41000) 75411561 39'141&10) 16'444251 3 160041 46'1(1181) 12(3051 2' (.471) 18(457) x1271 2 lNPTJ 1431 1451 14',. 31 , ., (16) 3'J, + 34 /, , 1821 1841 (37') (787) (2131 (�13) 17 ;, (79) 14'1, (879) 10'1. 1' �., 17 , 3 (791 (371i (173) 143) (438) 1'?• BC 2131 1750 341 1,41179 i 438) 5'; 39'14 1600) (76) (NV) 2131 2151 3500 39'1410001 (1461 4e" (1181) 12 18'1. 1.1)o 254£ 2561 16 46'1, 12(3051 , , 18'1IC70) 5 ,1p 51'1, (305) 2"'`' (470) 5 I.Oo1 (7t} 29415.28615 (406) (1181) 13(310) (71) 19'1495) (127) (1314) 11(3301 19 ,any) {1.1� 56 12 281/. ?'; . 1431 1451 (305) (730) 9,1, (91)1 '6 ' 14'1. 34'1, 9u, 2'!. In':. 3 2 AC 182T 1841 31(787) (248) 14.3 37, 4'; (371) (879) (248; (56) (411) (76) 3": .1:, ?",. (89' (121) "2l; 213121ST 34`1879) '� 3 t6 40111181) 11( 79) 3'/,. 17'!(445) 5 ;891 (56) 2541 2561 39!41000) 17'1(438) (761 (406) 51'1(1314) 13(3051 (84) 18 /( p (127) 14'4, 2 ' 1431 1451 (371) 1811 1847 (787) 10;1. (273) 2"1•t 17'; 14'1, (879) 10'! 1"/.. 17'1. 3 (681 (371, (2 73) (68) 7131 2151 1753 341,(879) 1451' 39/,{1000) (451) (761 2 9C 1541 3500 39`1{!0001 ' 1' ,�•; ;181) ( 12 11, c .. . (1021 11491 2541256! 121305) 3'),,, 191481) 5 (305) 3,1,,. (483) S .1021 (149' 4611' 78415 28615 (1181) 1 330! 31 (97) 1001 (127) 31'!. 13(330) (97) �Cy508) (1271 (1314) 32415 3265 12(305) 19(4831 )7(305) 19(4831 1821 1841 16 2131 '6 (4061 42 ''073; b h (165) (406) 42 ' 6'h 215T 14 2? 1073) 14 (1651 22 5 2:t 2541 (356) (559) :r'; 6''' (356) (559) (127) ('6:' 28615 46':(1181:--' (��� 32415 511, (105) a'1' 51'!. 5. 1'', -J, 51, 32615 (1314► (1401 (1314) (1C (140) 36415 24 56 16'i, d'1. 24'1 6 24 56 16'1, 4)' 24'1, b 36575 (610) (14221 (419) (121) (62:) (152) (610) (1422) (419) (1211 (622) (152) 21312151 46'1, 46'!.(11811 16 14 3I. 2 G 3 25x12561 (406) (1181) (356) (98) 23 (584) 5 (1271 71, 16 51'7. 14 3'.'. 23 5 '' 2841 51'1113141 (184) (406) (1314) (356) ;981 (584) (127) 1184; 56 12 28'!. 4'), 14311451 (305) (730) 9,/. (111) 16% 1a, WI, 9I. 3 15". 3 2" 48 1821 1841 31(7$7) 0481 (4001 4 1, ( 1081 4' !„ (3711 (879) (248) (761 (400) ( 1 4'1, 41% 3 3 (119) (108) 11312151 3•! g� 4 1 (76) 16 46'111181) 11t219; 4'J, 17 5 (119) 14'42541251',1 , ('61 (371) 391410001 10 1(4251 (406) 51'1(13(4) 12(305) (105) (432) (1271 101` 1821 1841 31(787) (273) 2'l. 11'7. 14'1, 3$`!4979) 10'1c 2'/: 17'!, 3 2131.2151 34'14879► (70) (445) (3711 39'/.(1000) (273) (70) (445) (76) 4 11', 99 28415.28615 46'!, 13(330} 19'/(502) 5 1343301 191(5021 3 6 16 3'1, (102) (152) (1021 32415 3261$ (406) (1181) 12(3051 (98) 1$•14`76) , (127) 16 51'! 12(3051 3'!, '81(476) 5 (152) (406$ (1314) (98) (127) 34615 51'1.(13141 131330) 19'1(502) 13(330) 19'x.{502) 1431 1451 12(305; 18'1(730) 4'1.4110) 14'1. 34'!, 9',. 2"!, 15'). 3 1821 1841 1471. 31(787) 2•'/'. (`71 (879) (248) (75) (400) (76) (248) (400) (7b) 3 A( 4 2151 (3711 39 /410001 (75) 44• 5i 5 461(1181) I1(Z79) 17(431) 4'h 5 i'0 (127) 1 2541 2561 16 46'1. 12(3051 4'/., 13(451) S 51'1. 12(325) 41`' 14(457) (105) (127) (406) ('031 (127) 1841; 28615 (406) aIF)(103) 13(330) t 9t :931 ( 1211 (1314) 13(330) 19(483) These dimensions are not to be used for installation purposes unless certified. t250 psi (1 7 bar) available Maximum Working Pressure 1 75 psi (12 bar) 8 Series 1510 Centrifugal Pumps cont.'d DIMENSIONS - INCHES (MM) STANDARD MECHANICAL SEAL PUMP MODEL 1510, 1510-F STUFFING PUMP BOX MODEL 1S10-PF, CONSTRUCTION 15104 PUMP SIZE SUCTION SIZE MOTOR FRAME SIZE HA HB HD HL HO HP Y Z HA HB HD HL HO HP Y Z DISCHARGE 182T -184T 31(787) 14'1. 34'14879) 10'h 3"/.. 18'!. 3 2131.215T 14'1. 3414870) 10'!. 3"r,. 18v. 3 (371) 39'/(1000) (273) (94) (464) (76) (371) (273) (94) (464) (76) 6'!. 4'!. 6'!. 3 BC 2541 39:1{10001 4'4 461 1181 ( ) 12(305) 1914495) (121) (156) (121) (156) 4U/„ 5 28415.28615 46'/, 13(330) 4.1x.. 20'4521) 16 51'/. 13(330) (122) 20/,(521) (127) (406) 32415326T5 (1181) 12(305) (122) 19'4(495) (1314) 12(305) 19'/4495) 1841 42'!. 6"4, 113121ST 16 (406) 42'!. (10731 6"/44 (170) 5 (1271 (1073) 14 (170) 23'!, S 2541 14 23'I 16 (406) (356) (597) (127) (356) (597) 5'h 71/, 51/1 7'1. 3 E) 4 256T 461411811 4'/.. (140) (187) 51't' 4V. (140) (187) 32615 51'1.(1314) (110) (1314) (110) 36415.36515 24 56 16'1, 4'h. 26 6 24 56 16'! 4'11 26 6 40415 (610) (1422) (419) (125) (660) (152) (610) (1422) (419) (125) (660) (1521 2131-2151 46'!, 46'4(1181) 2541.2561 16 (1181) 14 4'h 23'/! 5 5'l. 8 16 14 4'4 23'1, 5 5'l. 8 3 Gt 284T2861 (406) 511, (356) (105) (597) (127) (143) (2031 (406) (1314) (356) (105) (597) (121) (143) (203) 324T (1314) 1451 31 141/. 34'1. 10'1. 410 181/4 3 1821-1841 1411, (787) 10'!. 4111: 18'/. 3 (371) (879) (110) (464) (76) 2131 (371) 34114870) (273) (110) (464) (76) 39'!.(1000) 4 AC1 215T 391/410003 4%.(2731 . 5'!. 46'I41181) 12 19'!,42 (125) (144 b1 254T -256T 12(305) 19'!4495) (125) (146) (305) 5'h. (495) 51N. 28415-28615 16 46'/r 13(330) S'I�. 20'145211 5 16 13(330) (1381 20`!,(521) (406) (1181) (138) (127) (1314) 5 32415.326TS 121305) 19':1495) (406) 12(3051 1914495) 1127) 213T -215T 14+1, 34'!48701 11'1, 4 20'l. 3 46'41181) 14 5'!. 22 5 7 2541 (371) 39'/,(1000) (324) (102) (527) (76) 51'x4 (356) (130) (559) (127) (178) ZSbT 46,1, (1314) 7 4 8C 28615 16 (406) (1181) 14 (3561 5'l. (130) 22 (559) 5 (127) 5 (127) (178) 32415.3261'S 51'/41314► WA 5 36415.36575 24 56 16'/, 5'!. 241h 6 40415 (610) (1422) (419) (146) (622) (1521 2131 2151 42'4 6"/t. 42'1. 6"/.. 2541 (1073) (170) (10731 (170) 14 23'1. 5 2561 16 (406) 46'1,(1181) 14 (356) 23'1. (603) 5 (1271 16 (406) (356) 4v,. (603) (127) 5•/T, 1'!. 4 Et 284T286T 51'!. 4,1,. (110) 5'b, (141) 7'b (184) S1N, (1314) (110) (141) (184) 32415 3265 (1314) 3645-36515 24 56 16'!, 4"l.. 26'/. 6 24 56 16th 44/4. 26'1. 6 404T5 (610) (1422) (419) (125) (667) (152) (6101 (1422) (419) (125) (667) (152) 21312151 461/; 46141181) 25412561 16 (1181) 15 9/a 25 5 6 8'/.. 16 15 5'/. 25 5 6 8'4. 4 G8 2841-2861 (406) S1,l, (381) (137) (635) (127) (152) (217) (406) 517, (1314) (381) (137) (635) (1271 (152) (217) 324T (1314) 1821.1841 1414 31(787) 12'!. S'/. 21'/. 3 14'/, 341x.(879) 12'!. S'/. 21'/. 3 2131.215T (371) 34114870) (324) (146) (540) (76) (371) 39'/41000) (324) (1461 (540) 1761 2541-2561 46'!, 5"4. 6'l. 5"/.. 6 'l. 5 At 28415-286TS (1181) 14 6'/. 22'l, (148) (159) 51'!. 14 6'!. 227, (148) (1591 32415.32615 51'1, (356) (175) (572) (1314) (356) (175) (572) 36415 (1314) 2131.2151 4'!,. 461/4(1181) 16 5 254116 (406) 46% (1181) (6,16)15 255 (127) 6 7'/, (406) 6'!., 25 (127) b 7'1, S BCt 2561 (635) (152) (191) 15 (164) (6351 (152) (191) 2841 51'x.(1314) 15 (1641 51'/, (381) (381) 6 254T-2561 46'141181) (1314) 41/4. 25'/ 5'h. 7"!v 5 Et 2841-2861 51,1= 4'!.. (113) 25'4 (648) 5'4. (138) 7151.. (202) (113) (648) (138) (202) 3241 (51'J 2541-2561 2841-2861 24 56 16'!, 5'4, 29'4 6 6 9 24 56 16'1, Si,. 29'/: 6 6 9 5 Gt 3241 3261 (610) (1422) (419) (138) (749) (152) (152) (229) (610) (1422) (419) (138) (749) (152) (152) (229) 364T 365T 254T 2561 46'I41181) 51'! 15 8'l, 2511:5 7 81. 6 8C) 28412861 16 (406) 51,1. 15 (381) 8'/. (213) 25'1, (648) 5 (127) 7 (178) 8'l. (210) 16 (406) (1314) (381) (213) (648) (1271 (178) (2101 3241-3261 (1314) 2541-2561 2841.2861 24 56 16'1, 6 27'1, 6 6'!. 8'1, 24 56 16'/, 6 271/, 6 6'/. 8'b 6 Et 324T-3261 (610) (1422) (4191 (152) (699) (152) (1561 (216) (610) (1422) (419) (1521 (699) (152) (156) (216) 3641 L. FRAME - TO AND INCLUDING 12'1,6 IMPELLER 8 256T 28412861 914. 24 56 16'1, 6'l. 30'! 6 6'!, 9'l.. 32413261 24 (610) 56 (1422) 16'b (419) 61x• (159) 30'/, (775) 6 (152) 6'h (165) (237► (610) (1422) (419) (159) (775) (152) (1651 (237) 6 Gt' 364T 3651 40415 lit FRAME -12'1: IMPELLER AND IARG1R 36515 26 59'/. 17 6'4 [ 31 6 6'h j 9'/•. 26 59'/. 17 6'1, [ 31 6 6'h 91/4. 40415 405TS (660) (1505) (432) (165) (787) (152) (165) (237) (660) (1505) (432) (165) (787) (152) (165) (237) _ These dimensions are not to be used for installation purposes unless certified. •13'/r" impeller for 1450 RPM service with "L" frame. 8G ONLY STUFFING Box CONSTRUCTION DIMENSIONS - INCHES (MM) PUMP MODEL 1S10•S PUMP SIZE MOTOR FRAME SUCTION DISCHARGE SIZE SIZE HA HB HD HL , HO HP Y 8G 10 284144515 28 70 18'/: 44 35.7 1'r. 4'l. (103) (254) _(7111 (1778) (464) (111 _ (907) , (32) (121) Flanges are: 12541 ANSI • Standard t250 psi (17 bar) available DISCHARGE SUCTION 1 HD 1' I i( Hl HP Maximum Working Pressure 175 psi (12 bar) HB THE B&G End Suction Pump System Consists of: B&G Series 1510 Pump B&G Triple Duty Valve B&G Suction Diffuser Triple Duty Valve • Lowest Pressure Drop • ASHRAE 90.1 Energy Efficient Design • Three Valves in one! - Nonslam drip -tight check valve - Positive shutoff valve Calibrated system balance valve • EPDM Disc Soft Seat Design • Repack Under Pressure • Brass Seat & Bronze Disc • Stainless Steel Stem • Multi -turn Valve (8-9 turns) vs 1/4 turn range of control • Available connections - Threaded - Flanged - Grooved • ESP -Plus System Selection 10 Suction Diffuser • Full length stainless steel straightening vanes • Oversize cylinder assures minimum strainer pressure drop • Pressure gauge tap • Magnetic drain plug to protect pump seals • Adjustable support foot • Space saving design reduces the "footprint" size of the unit • Available connections - Threaded - Flanged - Grooved • Reducer and elbow provide multiple combinations of inlet and pump suction configurations which eliminate the need for reducer fittings • ESP -Plus System Selection Typical Specification for Series 1510 Base Mounted, Flexible Coupled, End -Suction Pumps Furnish and install pumps with performance characteristics as shown on plans. Pumps shall be base mounted, single stage, end suction design with a foot mounted volute to allow removal and service of the entire rotating assembly without disturbing the pump piping, electrical motor connections or pump to motor alignment. A CSA certified condition monitor shall be installed on the pump power end to continuously measure vibration and temperature at the outboard bearing. Vibration modes shall be based on ANSI/HI 9.6.4-2009 and ISO 101816 recommended levels. Vibration alarms shall be at 100% increase over pump baseline. Minimum vibration of 0.125 inch/sec is required to avoid nuisance tripping. A high vibration alarm shall be at 0.50 inch/ sec. Temperature alarm shall be at 195°F (91 °C). The condition monitors' electronics shall be potted in epoxy and surrounded by a stainless steel enclosure. Accuracy shall be +/- 15% within an ambient temperature range of -40°F to 212°F (-40°C to 100°C). Pump volute shall be Class 30 cast iron with integrally - cast pedestal support feet. The impeller shall be cast bronze enclosed type, balanced to ANSI/HI 9.6.4-2009 balance grade G6.3 and keyed to the shaft and secured by a locking capscrew. The liquid cavity shall be sealed off at the pump shaft by an internally -flushed mechanical seal with ceramic seal seat and carbon seal ring, suitable for continuous operation at 225°F (107°C). A replaceable bronze shaft sleeve shall completely cover the wetted area under the seal. Pump shall be rated for minimum of 175 psi (12 bar) working pressure. Volute shall have gauge tappings at the suction and discharge nozzles and vent and drain tappings at the top and bottom. The pump(s) vibration limits shall conform to Hydraulic Institute ANSI/HI 9.6.4-2009 for recommend acceptable unfiltered field vibration limits (as measured per ANSI/HI 9.6.4-2009 Figure 9.6.4.2.3.1) for pumps with rolling contact bearings. Baseplate shall be of structural steel or fabricated steel channel with fully enclosed sides and ends, and securely welded cross members. Grouting area shall be fully open. The combined pump and motor baseplate shall be sufficiently stiff as to limit the susceptibility of vibration. The minimum baseplate stiffness shall conform to ANSI/HI 1.3-2009 for Horizontal Baseplate Design standards. The seismic capability of the pump shall allow it to withstand a horizontal load of 0.5g, excluding piping and/or fasteners used to anchor the pump to mounting pads or to the floor, without adversely affecting pump operation. A flexible type, center drop -out design coupler, capable of absorbing torsional vibration, shall be employed between the pump and motor. Pumps for variable speed application shall be provided with a suitable coupler sleeve. The coupling shall be shielded by a dual rated ANSI B15.1 & OSHA 1910.219 compliant coupling guard and contain viewing windows for inspection of the coupling. Motor shall meet NEMA and EISA 2007 (where applicable) specifications and shall be of the size, voltage and enclosure called for on the plans. Pump and motor shall be factory aligned, and shall be realigned by the contractor per factory recommendations after installation. The pump(s) selected shall conform to ANSI/HI 9.6.3.1 standards for Preferred Operating Region (POR) unless otherwise approved by the engineer. Each pump shall be factory hydrostatically tested per Hydraulic Institute standards. It shall then be thoroughly cleaned and painted with at least one coat of high grade paint prior to shipment. The pump(s) shall be manufactured, assembled and tested in an ISO 9001 approved facility. Pumps shall be Series 1510 as manufactured by Xylem Bell &Gossett or equal. 11 Xylem I'zileml 1) The tissue in plants that brings water upward from the roots; 2) a leading global water technology company. We're 12,700 people unified in a common purpose: creating innovative solutions to meet our world's water needs. Developing new technologies that will improve the way water is used, conserved, and re -used in the future is central to our work. We move, treat, analyze, and return water to the environment, and we help people use water efficiently, in their homes, buildings, factories and farms. In more than 150 countries, we have strong, long-standing relationships with customers who know us for our powerful combination of leading product brands and applications expertise, backed by a legacy of innovation. For more information on how Xylem can help you, go to www.xyleminc.com ,xylem Let's Solve Water Xylem Inc. 8200 N. Austin Avenue Morton Grove, Illinois 60053 Phone: (847) 966-3700 Fax: (847) 965-8379 www.bellgossett.com Bell & Gossett is a trademark of Xylem Inc. or one of its subsidianes. © 2013 Xylem Inc 8-207H January 2011 ACOKD® EVIDENCE OF PROPERTY INSURANCE DATE (MMIDD/YYYY) 05/16/2024 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. AGENCY IPHONE COMPANY US ASSURE INSURANCE SERVICES OF FLORIDA, INC. American Zurich Insurance Company P.O. BOX 10197 JACKSONVILLE, FL 32247-0197 FAX E-MAIL wendy@weedinagency.com enc com (A/C, No): ADDRESS: y@ g y' DOSE: A0016476 I SUB CODE: AGENCY CUSTOMER ID #: INSURED LOAN NUMBER POLICY NUMBER Air Systems Engineering, Inc. ER78035405 6809 Willow Vista Ct EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL Loveland, CO 80537 05/16/2024 05/16/2025 n TERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTION 901 9th Ave. Greeley, CO 80631 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 EVIDENCE OF PROPERTY INSURANCE 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. INFORMATION COVERAGE/PERILS I FORMS AMOUNT OF INSURANCE DEDUCTIBLE Builders Risk Coverage Form Total Completed Project Value $207,000 $1,000 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST NAME AND ADDRESS MORTGAGEE X ADDITIONAL INSURED Weld County Facilities Department LOSS PAYEE 1105 H Street, PO BOX 758 _ LOAN a Greeley, CO 80632 AUTHORIZED REPRESENTATIVE Wendy Martinez ACORD 27 (2009/12) © 1993-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 05/162024 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 po icy, 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 Weedin Insurance Agency, Inc 1601 E Eisenhower Blvd Loveland CO 80537 CONTECT Wendy Martinez NAM PHONE . Extl: ( (970) 667-2145 I FA/CAX , No): (970) 669-9295 (A/C. No ADDRE-MAILESS: wendy@weedinagency.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Owners Insurance Company 32700 INSURED Air -Systems Engineering Inc 6809 Willow Vista Ct Loveland CO 80537-9315 INSURER B : Pi...1 A..1... W 41190 INSURER C : StarStone National Inc. Company INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: v3 - 24 25 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADOL NZ INSD WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MMID %44) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE © OCCUR Y Y 74116481 03/20/2024 03/20/2025 EACH OCCURRENCE $ 1,009,999 PREM SESO(Ea occurtence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL$ADV INJURY $ 1,000,000 GEM_ AGGREGATE LIMIT APPLIES PER: POLICY o JECT O LOC OTHER: GENERAL AGGREGATE $ 4,."99 PRODUCTS - COMP/OP AGG $ 4,000,000 Amended General Agg. $ 8,000,000 A AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOS ONLY X HIRED AUTOS ONLY X 19 SLED AUTCHOSEDU v NON -OWNED /� AUTOS ONLY Y Y 5111655500 03.0/2024 03/20/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1 ,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X 6000R CLAIMS -MADE Y Y 5111655501 03/20/2024 03/20/2025 EACH OCCURRENCE $ 5'000'000 AGGREGATE $ 5,000,000 DED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE M ory in N ER EXCLUDED? (Mandatory in NH) (Mandatory describe under DESCRIPTION OF OPERATIONS below DMZ= NIA V 4027105 04/01/2024 04/0O2025 XI STATUTE I I ERH E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1 ,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ C Professional Liability & Pollution Liability 744821232APL 09/28/2023 09/28/2024 Each Claim Limit Aggregate Limit 2,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) When required by written contract, Weld County Facilities Department Is Additional Insured. Coverage is Primary and Non-contributory. A Waiver of Subrogation applies as per the policy forms and conditions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County Facilities Department ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street AUTHORIZED REPRESENTATIVE PO BOX 758 Greeley CO 80632 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Agency Code 32-0017-00 Policy Number 51-116-555-00 58504 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE - BLANKET COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION II - COVERED AUTOS LIABILITY COVER- AGE is amended. The following provision is added. Any person or organization is an insured for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an insured under SECTION II - COVERED AUTOS LIABILITY COVER- AGE, A. COVERAGE, 1. Who Is An Insured. All other policy terms and conditions apply. 58504 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 58583 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER PAYMENTS (WAIVER OF SUBROGATION) - BLANKET This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION V CONDITIONS, A. LOSS CONDITIONS is amended. 5. Our Right to Recover Payments is de- leted and replaced by the following condition. 5. Our Right to Recover Payments If we make a payment under this policy and the per- son to or for whom payment is made has a right to recover damages from another, we will be entitled to that right. That person shall do everything neces- sary to transfer that right to us and do nothing to prejudice it. However, we waive our right to recover payments made for bodily injury or property damage: a. Covered by the policy: and b. Arising out of the operation of autos covered by the policy, in accordance with the terms and conditions of a written contract between you and such person or entity only if such rights have been waived by the written con- tract prior to the accident or loss which caused the bodily injury or property damage. All other policy terms and conditions apply. 58583 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 Agency Code 32-0017-00 Policy Number 51-116-555-00 58524 (1-15) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF DEFINITIONS This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION VI - DEFINITIONS is amended. 1. B. is deleted and replaced by the following definition. B. Auto means: 1. A land motor vehicle; 2. A trailer; or 3. Any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. However, auto does not include mobile equip- ment. As it applies to this endorsement only, mobile equipment does not include a snowmobile. 2. U. is deleted and replaced by the following definition. U. Trailer means a vehicle which is designed to be connected to and towed by a power unit. Trailer does not include non -motorized farm machinery or farm wagons. A trailer is not equipment or custom furnishings. All other policy terms and conditions apply. 58524 (1-15) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 58540 (12-19) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - BLANKET COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL AUTO POLICY SECTION V - CONDITIONS, B. GENERAL CONDI- TIONS, 2. Other Insurance is amended. The following provision is added as it applies to this endorsement only. When this insurance is primary and there is other in- surance for any person or organization, other than a Named Insured, which covers liability for your oper- ations, contribution from such other insurance shall not be sought by us when: (1) There is a written agreement between you and such person or organization that this insurance shall be primary and without the right of contribution; and (2) Such written agreement was in force prior to any bodily injury or property damage. All other policy terms and conditions apply. 58540 (12-19) Includes copyrighted material of Insurance Services Office Inc., with its permission. Page 1 of 1 Agency Code 32-0017-00 Policy Number 174632-74116481 55373 (5-17) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Under SECTION II - WHO IS AN INSURED is amended. The following provision is added. A person or organization is an Additional Insured, only with respect to liability caused, in whole or in part, by "your work" for that Additional Insured by or for you: 1. If required in a written contract or agreement; or 2. If required by an oral contract or agreement only if a Certificate of Insurance was issued prior to the loss indicating that the person or organiza- tion was an Additional Insured. B. SECTION III - LIMITS OF INSURANCE is amended. The following provision is added. The limits of liability for the Additional Insured are those specified in the written contract or agreement between the insured and the owner, lessee or con- tractor or those specified in the Certificate of Insur- ance, if an oral contract or agreement, not to exceed the limits provided in this policy. These limits are inclusive of and not in addition to the limits of insurance shown in the Declarations. C. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended. 1. The following condition is added to 4. Other Insurance. This insurance is primary for the Additional Insured, but only with respect to liability caused, in whole or in part, by "your work" for that Addi- tional Insured by or for you. Other insurance available to the Additional Insured will apply as excess insurance and not contribute as primary insurance to the insurance provided by this endorsement. 2. The following condition is added. Other Additional Insured Coverage Issued By Us If this policy provides coverage for the same loss to any Additional Insured specifically shown as an Additional Insured in another endorsement to this policy, our maximum limit of insurance under this endorsement and any other endorse- ment shall not exceed the Omit of insurance in the written contract or agreement between the insured and the owner, lessee or contractor, or the limits provided in this policy, whichever is less. Our maximum limit of insurance arising out of an "occurrence", shall not exceed the limit of insurance shown in the Declarations, regard- less of the number of insureds or Additional Insureds. All other policy terms and conditions apply. 55373 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 Agency Code 32-0017-00 Policy Number 174632-74116481 55091 (5-17) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY PLUS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. EXTENDED WATERCRAFT LIABILITY SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIA- BILITY, 2. Exclusions is amended. Exclusion g.(2) is deleted and is replaced by the following exclusion. (2) A watercraft you do not own that is: (a) Less than 50 feet long; and (b) Not being used to carry persons or property for a charge; 2. HIRED AUTO AND NON -OWNED AUTO LIABILITY Coverage for "bodily injury" and "property damage" liability provided under SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROP- ERTY DAMAGE LIABILITY, is extended as follows under this item, but only if you do not have any other insurance available to you which affords the same or similar coverage. Coverage We will pay those sums the insured becomes legally obligated to pay as damages because of "bodily injury" or "property damage" arising out of the main- tenance or use of an "auto": a. You do not own; b. Which is not registered in your name; or c. Which is not leased or rented to you for more than ninety consecutive days and which is used in your business. Exclusions With respect to only HIRED AUTO AND NON - OWNED AUTO LIABILITY, the exclusions which apply to SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, other than the Nuclear Energy Liability Exclusion Endorsement, do not apply. The following exclusions apply to this coverage. This coverage does not apply to: a. "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" resulting from the use of reasonable force to protect persons or property. b. Any obligation of the insured under a workers compensation, disability benefits or unemploy- ment compensation law or any similar law. c. (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened dis- charge, dispersal, seepage, migration, re- lease or escape of "pollutants": (a) That are, or are contained in any prop- erty that is: 1) Being transported or towed by, han- dled or prepared for placement into or upon, or taken from the "auto"; 2) Otherwise in the course of transit by you or on your behalf; or 3) Being disposed of, stored, treated or processed into or upon the "auto"; (b) Before such "pollutants" or property con- taining "pollutants" are moved from the place they are accepted by you or any- one acting on your behalf for placement into or onto the "auto"; or (c) After such "pollutants" or property con- taining "pollutants" are removed from the "auto" to where they are delivered, disposed of or abandoned by you or anyone acting on your behalf. Paragraph c.(1)(a) does not apply to "pol- lutants" that are needed or result from the normal mechanical, electrical or hydraulic functioning of the "auto" or its parts, if the discharge, release, escape, seepage, mi- gration or dispersal of such "pollutants" is directly from a part of the "auto" designed to hold, store, receive or dispose of such "pollutants" by the "auto" manufacturer. 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 6 Agency Code 32-0017-00 Policy Number 174632-74116481 Paragraphs c.(1)(b) and c.(1)(c) do not ap- ply, if as a direct result of maintenance or use of the "auto", "pollutants" or property containing "pollutants" which are not in or upon the "auto", are upset, overturned or damaged at any premises not owned by or leased to you. The discharge, release, es- cape, seepage, migration or dispersal of the "pollutants" must be directly caused by such upset, overturn or damage. (2) Any loss, cost or expense arising out of any: (a) Request, demand or order that any in- sured or others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of "pollutants"; or (b) Claim or "suit" by or on behalf of a gov- ernmental authority for damages be- cause of testing for, monitoring, cleaning up, removing, containing, treating, de- toxifying or neutralizing, or in any way responding to, or assessing the effects of "pollutants". d. "Bodily injury" or "property damage" however caused, arising directly or indirectly, out of: (1) War, including undeclared or civil war; (2) Warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any govern- ment, sovereign or other authority using mili- tary personnel or other agents; or (3) Insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. "Bodily injury" or "property damage" for which the insured is obligated to pay damages by rea- son of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages: (1) Assumed in a contract or agreement that is an "insured contract", provided the "bodily injury" or "property damage" occurs subse- quent to the execution of the contract or agreement. However, if the insurance under this policy does not apply to the liability of the insured, it also does not apply to such liability assumed by the insured under an "insured contract". (2) That the insured would have in the absence of the contract or agreement. f. "Property damage" to: (1) Property owned or being transported by, or rented or loaned to any insured; or (2) Property in the care, custody or control of any insured other than "property damage" to g. a residence or a private garage by a private passenger "auto" covered by this coverage. (1) "Bodily injury" to: (a) An "employee" of the insured arising out of and in the course of employment by the insured; or (b) The spouse, child, parent, brother or sis- ter of that "employee" as a consequence of Paragraph g.(1)(a). (2) This exclusion applies: (a) Whether the insured may be liable as an employer or in any other capacity; and (b) To any obligation to share damages with or repay someone else who must pay damages because of the injury. (3) This exclusion does not apply to: (a) Liability assumed by the insured under an "insured contract". (b) "Bodily injury" to any "employee" of the insured arising out of and in the course of his or her domestic employment by the insured unless benefits for such in- jury are in whole or in part either pay- able or required to be provided under any workers compensation law. Who Is An Insured With respect to only this coverage, SECTION II - WHO IS AN INSURED is deleted and replaced by the following provision. SECTION II - WHO IS AN INSURED a. Each of the following is an insured with respect to this coverage. (1) You. (2) Your partners if you are designated in the Declarations as a partnership or a joint venture. (3) Your members if you are designated in the Declarations as a limited liability company. (4) Your "executive officers" if you are desig- nated in the Declarations as an organization other than a partnership, joint venture or limited liability company. (5) Any person using the "auto" and any person or organization legally responsible for the use of an "auto" not owned by such person or organization, provided the actual use is with your permission. b. None of the following is an insured: (1) Any person engaged in the business of his or her employer with respect to "bodily in- jury" to any co -"employee" of such person injured in the course of employment. (2) Any person using the "auto" and any person other than you, legally responsible for its use with respect to an "auto" owned or reg- istered in the name of: 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 6 Agency Code 32-0017-00 Policy Number 174632-74116481 (a) Such person; or (b) Any partner or "executive officer" of yours or a member of his or her household; or (c) Any "employee" or agent of yours who is granted an operating allowance of any sort for the use of such "auto". (3) Any person while employed in or otherwise engaged in duties in connection with an "auto business", other than an "auto busi- ness" you operate. (4) The owner or lessee (of whom you are a sub -lessee) of a hired "auto" or the owner of an "auto" you do not own or which is not registered in your name which is used in your business or any agent or employee of any such owner or lessee. (5) Any person or organization with respect to the conduct of any current or past partner- ship or joint venture that is not shown as a Named Insured in the Declarations. Additional Definitions The following definition applies to only this coverage. "Auto business" means the business or occupation of selling, repairing, servicing, storing or parking "autos". Limits of Insurance With respect to only this coverage, SECTION III - LIMITS OF INSURANCE is deleted and replaced by the following provision. SECTION III - LIMITS OF INSURANCE a. The Limits of Insurance shown in the Declara- tions and the rules below fix the most we will pay regardless of the number of: (1) Insureds; (2) Claims made or "suits" brought; or (3) Persons or organizations making claims or bringing "suits". b. We will pay damages for "bodily injury" or "prop- erty damage" up to the limits of liability shown in the Declarations for this coverage. Such dam- ages shall be paid as follows: (1) When Hired Auto and Non -Owned Auto Each Occurrence Limit is shown in the Dec- larations, such limit is the total amount of coverage and the most we will pay for all damages because of or arising out of all "bodily injury" and "property damage" in any one "occurrence". (2) When Bodily Injury Hired Auto and Non - Owned Auto Each Occurrence Limit and Property Damage Hired Auto and Non - Owned Auto Each Occurrence Limit are shown in the Declarations: 55091 (5-17) Includes copyrighted material of Insur The limit shown for Bodily Injury Hired Auto and Non -Owned Auto Each Occur- rence is the total amount of coverage and the most we will pay for all dam- ages because of or arising out of all "bodily injury" in any one "occurrence". (b) The limit shown for Property Damage Hired Auto and Non -Owned Auto Each Occurrence is the total amount of cover- age and the most we will pay for all damages because of or arising out of all "property damage" in any one "occur- rence". 3. BROADENED SUPPLEMENTARY PAYMENTS SUPPLEMENTARY PAYMENTS - COVERAGES A AND B, Paragraph 1.d. is amended. The amount we will pay for the actual loss of earn- ings is increased from $250 per day to $400 per day. 4. ADDITIONAL PRODUCTS -COMPLETED OPERA- TIONS AGGREGATE LIMIT If the endorsement, EXCLUSION - PRODUCTS COMPLETED OPERATIONS HAZARD, CO 21 04, is not attached to this policy, then the following pro- vision is added to SECTION III - LIMITS OF INSURANCE. Commencing with the effective date of this policy, we will provide one additional Products -Completed Operations Aggregate Limit, for each annual period, equal to the amount of the Products -Completed Operations Aggregate Limit shown in the Declara- tions. The maximum Products -Completed Opera- tions Aggregate Limit for any annual period will be no more than two times the original Products -Com- pleted Operations Aggregate Limit. 5. PERSONAL INJURY EXTENSION a. If the endorsement EXCLUSION - PERSONAL AND ADVERTISING INJURY, CG 21 38, is attached to this policy, then this provision, 5. PERSONAL INJURY EXTENSION, does not apply. b. If the endorsement EXCLUSION - PERSONAL AND ADVERTISING INJURY, CO 21 38, is not attached to this policy, then under SECTION V - DEFINITIONS, 14. "Personal and advertising injury" is deleted and replaced by the following definition. 14. "Personal and advertising injury" means in- jury, including consequential "bodily injury", arising out of one or more of the following offenses: a. False arrest, detention or imprisonment; b. Malicious prosecution; c. The wrongful eviction from, wrongful en- try into, or invasion of the right of private Page 3 of 6 rence Services Office, Inc., with its permission. Agency Code 32-0017-00 Policy Number 174632-74116481 occupancy of a room, dwelling or prem- ises that a person occupies, committed by or on behalf of its owner, landlord or lessor; d. Oral or written publication, in any man- ner, of material that slanders or libels a person or organization or disparages a person's or organization's goods, pro- ducts or services; Oral or written publication, in any man- ner, of material that violates a person's right of privacy; f. The use of another's advertising idea in your "advertisement"; Infringing upon another's copyright, trade dress or slogan in your "advertisement"; or h. Discrimination, humiliation, sexual ha- rassment and any violation of civil rights caused by such discrimination, humilia- tion or sexual harassment. g. 6. BROADENED KNOWLEDGE OF OCCURRENCE SECTION IV - COMMERCIAL GENERAL LIABIL- ITY CONDITIONS, 2. Duties In The Event Of Oc- currence, Offense, Claim Or Suit is amended. The following condition is added. Paragraphs a. and b. of this condition will not serve to deny any claim for failure to provide us with notice as soon as practicable after an "occurrence" or an offense which may result in a claim: a. If the notice of a new claim is given to your "em- ployee"; and b. That "employee" fails to provide us with notice as soon as practicable. This exception shall not apply to you or to any offi- cer, director, partner, risk manager or insurance manager of yours. 7. DAMAGE TO PREMISES RENTED TO YOU a. SECTION I - COVERAGES, COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions is amended. (1) The last paragraph is deleted and replaced by the following paragraph. Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or water damage to premises rented to you or temporarily occupied by you with permis- sion of the owner. A separate limit of insur- ance applies to this coverage as described in 7. DAMAGE TO PREMISES RENTED TO YOU, b. Limits of Insurance. (2) The following additional exclusions apply to "property damage" arising out of water damage to premises rented to you or temporarily occupied by you with permission of the owner. (a) "Property damage" to: 1) The interior of the premises caused by or resulting from rain or snow, whether driven by wind or not; or 2) Heating, air conditioning, plumbing or fire protection systems, or other equipment or appliances. (b) "Property damage" caused by or resulting from any of the following: 1) Mechanical breakdown, including bursting or rupture caused by centrifugal force; 2) Cracking, settling, expansion or shrinking; 3) Smoke or smog; 4) Birds, insects, rodents or other animals; 5) Wear and tear; 6) Corrosion, rust, decay, fungus, de- terioration, hidden or latent defect or any quality in property that causes such property to destroy or damage itself; or 7) Water that flows or leaks from any heating, air conditioning, plumbing or fire protection system caused by or resulting from freezing, unless: a) You make a reasonable effort to maintain heat in the building or structure; or b) You drain the equipment and shut off the water supply if the heat is not maintained. (c) "Property damage" caused directly or indirectly by any of the following: 1) Water that backs up from a drain or sewer; 2) Mud flow or mudslide; 3) Volcanic eruption, explosion or effusion; 4) Any earth movement, such as earth- quake, landslide, mine subsidence, earth sinking, earth rising or earth shifting; 5) Regardless of the cause, flood, surface water, waves, tides, tidal waves, storm surge, overflow of any body of water, or their spray, all whether wind driven or not; or 6) Water under the ground surface pressing on, or seeping or flowing through: a) Walls, foundations, floors or paved surfaces; 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 6 Agency Code 32-0017-00 Policy Number 174632-74116481 b) Basements, whether paved or not; or c) Doors, windows or other openings. (d) "Property damage" for which the insured is obligated to pay as damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the insured would have in the absence of this contract or agreement. b. Limits of Insurance With respect to this coverage only, under SEC- TION III - LIMITS OF INSURANCE, Paragraph 6. is deleted and replaced by the following Paragraph. 6. The most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occu- pied by you with permission of the owner arising out of or caused by fire, lightning, explosion, smoke and water damage is the amount shown in the Declarations under Damage to Premises Rented to You. c. SECTION IV - COMMERCIAL GENERAL LIA- BILITY CONDITIONS, 4. Other Insurance, Paragraph b. is amended. The word fire is amended to include fire, lightning, explosion, smoke or water damage. 8. BLANKET ADDITIONAL INSURED - LESSOR OF LEASED EQUIPMENT a. (1) SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization with whom you have agreed: (a) In a written contract or agreement, exe- cuted prior to loss, to name as an addi- tional insured; or (b) In an oral contract or agreement, exe- cuted prior to loss, to name as an addi- tional insured only if a Certificate of Insurance was issued prior to loss indi- cating that the person or organization was an additional insured. (2) This provision applies only with respect to liability for: (a) "Bodily injury"; (b) "Property damage"; or (c) "Personal and advertising injury" caused in whole or in part, by your mainte- nance, operation or use of equipment leased to you by such person or organization. b. With respect to the insurance afforded to an additional insured, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. c. The following provision is added to SECTION III - LIMITS OF INSURANCE. The Limits of Insurance for the additional in- sured are those specified in the written contract or agreement between the insured and the les- sor, not to exceed the limits provided in this pol- icy. These limits are inclusive of and not in addi- tion to the Limits of Insurance shown in the Declarations. 9. BLANKET ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES a. SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization with whom you have agreed: (1) In a written contract or agreement, executed prior to loss, to name as an additional insured; or (2) In an oral contract or agreement, executed prior to loss, to name as an additional in- sured only if a Certificate of Insurance was issued prior to loss indicating that the per- son or organization was an additional insured but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you. b. This provision is subject to the following addi- tional exclusions. (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new constructions or demolition operations performed by or on behalf of the additional insured. c. The following provision is added to SECTION III - LIMITS OF INSURANCE. The Limits of Insurance for the additional in- sured are those specified in the written contract or agreement between the insured and the manager or lessor of the premises, not to ex- ceed the limits provided in this policy. These limits are inclusive of and not in addition to the Limits of Insurance shown in the Declarations. 10. NEWLY FORMED OR ACQUIRED ORGANIZA- TIONS SECTION II - WHO IS AN INSURED is amended. Paragraph 3. is deleted and replaced by the follow- ing provision. 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company, and over which you maintain 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 6 Agency Code 32-0017-00 Policy Number 174632-74116481 ownership or majority interest, will qualify as a Named Insured if there is no other similar insur- ance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the pol- icy period, whichever is earlier; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability com- pany that is not shown as a Named Insured in the Declarations. 11. BLANKET WAIVER OF SUBROGATION SECTION IV - COMMERCIAL GENERAL LIABIL- ITY CONDITIONS is amended. The following provi- sion is added to 8. Transfer Of Rights of Recov- ery Against Others To Us. When you have agreed to waive your right of subro- gation in a written contract, executed prior to loss, with any person or organization, we waive any right to recovery we may have against such person or organization because of payments we make for in- jury or damage arising out of your ongoing opera- tions or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". All other policy terms and conditions apply. 55091 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 6 Agency Code 32-0017-00 Policy Number 174632-74116481 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. © Insurance Services Office, Inc., 2012 Page 1 of 1 Agency Code 32-0017-00 Policy Number 174632-74116481 55885 (5-17) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is agreed: SECTION III - LIMITS OF INSURANCE is amended. The following provision is added. Beginning with the effective date of this policy, we will provide twice the General Aggregate Limit (other than Products -Completed Operations), shown in the Declarations. If this policy is written for more than one 12 month period, the General Aggregate Limit for each 12 month period shall never exceed twice the General Aggregate Limit shown in the Declarations. The General Aggregate Limit applies separately to each 12 month period starting with the beginning of the policy period shown in the Declarations. All other policy terms and conditions apply. 55885 (5-17) Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 Agency Code 32-0017-00 Policy Number 174632-74116481 55200 (6-96) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF LOCATION AND PROJECT AGGREGATE LIMITS OF INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. 1. The General Aggregate Limit under LIMITS OF INSURANCE (Section III) applies separately to each of your "loca- tions" owned by or rented to you. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 2. The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your pro- jects away from premises owned by or rented to you. 55200 (6-96) Includes copyrighted material of Insurance Services Office, Inc., with its permission Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 Named Insured: Air -Systems Engineering, Inc. Policy No: 74482I232APL Endorsement No: Effective Date: 9/28/2023 ARCHITECTS & ENGINEERS PROFESSIONAL LIABILITY INSURANCE Contractors Pollution Liability Extension Endorsement It is agreed that: 1. The heading for Section I. Insuring Agreements, A. Coverage —Architects & Engineers Professional Liability is deleted and replaced with the following: A. COVERAGE — ARCHITECTS & ENGINEERS PROFESSIONAL LIABILITY AND CONTRACTORS POLLUTION LIABLITY 2. Section III. Definitions C. Claim is deleted and replaced with the following: C. Claim means a written demand for monetary damages or services, including the service of suit or institution of arbitration proceedings, by reason of a Wrongful Act in the rendering or failure to render Professional Services or Contracting Services including, but not limited to, a Wrongful Act in the rendering or failure to render Professional Services or Contracting Services which results in a Pollution Condition. Claim shall not include a Disciplinary Proceeding, Regulatory Action, Subpoena or any criminal proceeding, prosecution, or investigation. A Claim shall be deemed to have been first made at the time written notice of the Claim is first received by an Insured. All Claims arising out of the same Wrongful Act or Related Wrongful Acts or a Pollution Condition shall be deemed to be a single Claim first made on the date on which the earliest such Claim was first made. 3. Section III. Definitions W. Wrongful Act is deleted and replaced with following: W. Wrongful Act means any actual or alleged act, error, omission, or Personal Injury arising out of Professional Services or Contracting Services rendered by an Insured for others. 4. Section III. Definitions of this Policy is amended by the addition of the following: a. Cleanup Costs means reasonable and necessary costs, charges, expenses incurred with the Insurer's prior written consent in the investigation, removal, or neutralization of a Pollution Condition, provided that such costs, charges, and expenses are caused by a Pollution Condition arising out of the rendering of or failing to render Professional Services or Contracting Services by the Insured. b. Contracting Services means the performance of construction, drilling or remediation activities by the Insured or on the Insured's behalf. c. Pollution Condition means the actual or alleged discharge, dispersal, release or escape of a Pollutant into or upon land, the atmosphere or any watercourse or body of water, which results in Bodily Injury, Property Damage or Cleanup Costs. Whenever printed in this Endorsement, the boldface type terms shall have the same meanings as indicated in the Policy Form. ALL OTHER TERMS, CONDITIONS AND EXCLUSIONS REMAIN UNCHANGED. SSS-MPL-AE-END-CW-943 (03-21) Contractors Pollution Liability Extension Endorsement Page 1 of 2 * STARSTONE 5. Section IV Exclusions R. is deleted. 6. The coverage provided by this endorsement shall be part of, and not in addition to, the Limits of Liability stated in Item 4 of the Declarations, and subject to the Retention in Item 5 of the Declarations. Whenever printed in this Endorsement, the boldface type terms shall have the same meanings as indicated in the Policy Form. ALL OTHER TERMS, CONDITIONS AND EXCLUSIONS REMAIN UNCHANGED. SSS-MPL-AE-END-CW-943 (03-21) Contractors Pollution Liability Extension Endorsement Page 2 of 2 OWNERS INS. CO. AGENCY WEEDIN AGENCY INC 32-0017-00 MKT TERR 100 INSURED AIR SYSTEMS ENGINEERING INC Page 2 26449 (07-00) Issued 02-02-2024 Company POLICY NUMBER 51-116-555-01 Bill Company Use 74 -21 -CO -2109 Term 03-20-2024 to 03-20-2025 SCHEDULE OF UNDERLYING INSURANCE YOU HAVE AGREED TO MAINTAIN NAME OF INSURER TYPE OF POLICY LIMITS AS FOLLOWS: OWNERS INSURANCE COMPANY COMMERCIAL GENERAL LIABILITY General Aggregate Products and Completed Operations Aggregate Occurrence Personal/Advertising Injury Hired/Non-Ownership Automobile Liability OWNERS INSURANCE AUTOMOBILE LIABILITY COMPANY PINNACOL ASSURANCE All Owned Automobile Liability Hired/Non-Ownership Automobile Liability EMPLOYER'S LIABILITY Bodily Injury by Accident Bodily Injury by Disease Bodily Injury by Disease COMBINED SINGLE LIMITS $2,000,000 $2,000,000 $1,000,000 $1,000,000 Included COMBINED SINGLE LIMITS $1,000,000 Included Per Accident Per Employee Policy Limit LIMIT $1,000,000 $1,000,000 $1,000,000 P1NN/ICOL ASSURANCE 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com Air Systems Engineering Inc 6809 Willow Vista Ct Loveland, CO 80537-9315 ENDORSEMENT: Blanket Waiver of Subrogation NCCI #: WC000313B Policy #: 4027105 Weedin Agency, Inc. 1601 E. Eisenhower Blvd. Loveland, CO 80537 (970) 667-2145 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss. Effective Date:April 1, 2024 Expires on: April 1, 2025 Pinnacol Assurance has issued this endorsement March 21, 2024 7501 E. Lowry Blvd Denver, CO 80230-7006 Page 1 of 1 P MORRISJM - Underwriter 03/21/2024 14:16:29 4027105 83056677 359-B Contract For Entity Information Entity Name* Entity ID" AIR SYSTEMS ENGINEERING INC @00034596 Contract Name * WELD COUNTY COURTHOUSE AND CENTENNIAL CENTER HOT WATER GENERATOR AND CHILLED WATER PUMP REPLACEMENT Contract Status CTB REVIEW Q New Entity? Contract ID 8307 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * REPLACEMENT OF ONE CHILLED WATER PUMP AND THREE HOT WATER GENERATORS WITH ALL ASSOCIATED PIPING. BID #B2400083 Contract Description 2 Contract Type * CONTRACT Amount* $207,978.25 Renewable* NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 06/20/2024 GROUNDS 06/24/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? 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 Termination Notice Period Contact Information Review Date * 11/29/2024 Committed Delivery Date Renewal Date Expiration Date* 11/29/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 06/14/2024 06/14/2024 06/14/2024 Final Approval BOCC Approved Tyler Ref # AG 061924 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 06/19/2024 May 15, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Court House & Centennial Center Hot Water Generator & Chilled Water Pump Replacement - 92400083 As advertised this bid is for the replacement of three -Hot Water Generators & one -Chilled Water Pump at Centennial Center & Weld County Court House. The low bid is from Air -Systems Engineering. and meets specifications. Therefore, the Facilities Department is recommending the award to Air -Systems Engineering. in the amount of $207,978.25. If you have any questions, please contact me at extension 2027. Sincerely, Curtis Naibauer Interim Director Facilities C9/3 Bel 002_(0 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett(aiweld.gov cgeisert@weld.00v ttaylor@weld.gov Phone: (970) 400-4222, 4223 or 4454 DATE OF BID: MAY 8, 2024 REQUEST FOR: COURT HOUSE & CENTENNIAL CENTER HOT WATER GENERATOR & CHILLED WATER PUMP REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2400083 PRESENT DATE: MAY 13, 2024 APPROVAL DATE: JUNE 3, 2024 VENDOR AIR -SYSTEMS ENGINEERING 6809 WILLOW VISTA COURT LOVELAND, CO 80537 UPM MECHANICAL, LLC 5010 COOK STREET DENVER, CO 80216 START FINISH DATE DATE TOTAL 8/1/2024 10/30/2024 $207,978.25 9/1/2024 11/30/2024 $414,000.00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2024-1166 5/I a 3G ObZL0 Hello