Loading...
HomeMy WebLinkAbout20243065.tiffGcniv0.Ckoik8$59 November 12, 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: Patrick O'Neill Subject: Weld County Alternative Programs Building — Design and Engineering Services for the Hot Water System and Piping Replacement — B2400141 As advertised this bid is for design and engineering services for the Weld County Alternative Programs Hot Water System and Piping Replacement. The low bid is from G2 Consulting Engineers, Inc. and meets specifications. Therefore, the Facilities Department is recommending the award to G2 Consulting Engineers, Inc. in the amount of $9,800.00. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Facilities Director ce-, P ,e),--- Con7e.r\' �n611-- auNo/di,- IkAvz4 2024-3065 SC-1OtZ (O PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND G2 CONSULTING ENGINEERS, INC. THIS AGREEMENT is made and entered into this lAiay of \ IPwilo'/ 2024, by and between the Board of Weld County Commissioners, on behalf of Facilities Department, hereinafter referred to as "County," and G2 Consulting Engineers, Inc., hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required 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 services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2400141 Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this 1 Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. 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 Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 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 2 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, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $9,800.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. 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 the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no 3 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, documents, 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 the 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 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. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the 4 construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 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 and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 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. Types of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. 5 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. 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. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 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. 6 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 an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 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: 7 a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: G2 Consulting Engineers, Inc. Position: Kalib Ainsworth Address: 5000 Goodman Street, Unit 100 Address: Timnath, Colorado 80547 E-mail: kainsworth@g2ce.com Phone: (970) 460-7400 TO COUNTY: Name: Patrick O'Neill Position: Facilities Director Address: 1105 H Street Address: Greeley, Colorado 80631 E-mail: poneill@weld.gov Phone: (970) 400-2023 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 8 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 state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 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 requirements) 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. No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who 9 will perform work under this Agreement (see 8 U.S.C.A. §1324a) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 31.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. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: By: _ G2 Consulting Engineers, Inc. Name: Kalib Ainsworth Title: _ Senior Mechanical Project Manager November 13, 2024 Date of Signature WELD COUIY .� ATTEST: �-"� °'^ ) '�'A' BOARD OF COUNTY COMMISSIONERS Weld o Clerk to the Board WELD CO11N£OLORADO BY: Deputy Cler Ato the : oar 0 D. Ross, Chair 1 8 202 2024--3c05 Weld County Finance Department Purchasing Division 1301 North 17'" Avenue Greeley, Colorado 80601 Professional Services — Invitation for Bid (IFB) Cover Sheet Bid Number: B2400141 Title: Issue Date: Pre -Bid Meeting: Pre -Bid Location: Questions Due: Questions email: Bid Due Date: Bid Delivery: For additional information: RFP Schedules Design and Engineering Services for the Hot Water System and Piping Replacement October 3, 2024 October 17, 2024, at 9:00 am 1390 N. 17th Avenue, Greeley CO 80631 October 24, 2024, by 5:00 pm bids©weld.gov October 31, 2024, by 10:00 am, Purchasing's Clock Preferred email to bids©weld.gov or hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 bids©weld.gov Documents Included in this Bid Package S chedule A: Bid nstructions S chedule B: Sco e of Work S chedule C: Project Schedule S chedule D: RFQ/RFP Response - Criteria S chedule E: Bid =orm S chedule F: Insurance S chedule G: Weld County Contract IFB Attachments Attachment 1 — Facilities Project Documents Attachment 2 — Existing Drawings Table of Contents Professional Services — Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 RFP Schedules 1 IFB Attachments 1 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 5 Project Overview 5 Method of Procurement 5 Pricing Method 5 Project Scope 5 Facility Design and Construction Contract Documents: 7 Schedule C - Project Schedule 11 Schedule 11 Schedule D - Bid Form 12 Bid Submittal Instructions 12 Fees 12 Attestation 13 Schedule E — Insurance 14 Insurance 14 Insurance Mailing Information 15 Schedule F - Weld County Contract 16 Contractual Obligations 16 Weld County Standard Contract 16 Schedule A - Bid Instructions Purpose/Background The Board of Cc unty Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Design and Engineering Services for the Hot Water System and Piping Replacement A Mandatory pre -bid conference will be held on October 17th, 2024 at 9:00 am at Weld County Alternative Programs, 1390 North 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: October 31, 2024 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on October 31, 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: 819 428 011# Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidr etdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this cne centralized system. Bid Submission 1. PREFERRED: email bidstobids@iweld.gov Ifyourbidexceeds25MBpleaseuploadyour 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, 0O 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory ln=ormation 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be Solicitation #B2400141 Page 3 held to be the bid of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation #B2400141 Page 4 Schedule B - Scope of Work Project Overview Weld County is seeking design and engineering services for the replacement of the hot water system and piping at the Weld County Alternatives Programs building. Method of Procurement Invitation for Bid (IFB): An Invitation 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 aids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding and RFB the contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Project Scope The scope of this project is for Design and Engineering Services for the Weld County Alternative Programs Hot Water System and Piping replacement. Weld County is seeking professional design services for schematic design, design development, construction documents, and construction administration for the Alternative Programs Hot Water System and Piping replacement. 1. This bid shall include all engineering required for a final complete set of "for construction drawings". This includes any necessary documents for review and approval of the Weld County Planning department. Design team will be required to attend Planning and Public Works meetir gs. 2. Design consultants shall include but not limit to the following minimum design elements for this design and engineering services RFB and shall be included in their base lump sum price. A. Complete Site Survey of all existing conditions. To include but not limited to existing piping, water distribution, energy efficiency, existing equipment, electrical tie ins, and any element needed to provide a complete design. B. All necessary design and engineering elements to provide a complete design to ensure proper wa:er distribution through the existing building. C. Consultant shall include demolition drawings and specifications in their design and engineerir g services. D. Consultant shall make recommendations to the Weld County project team as what equipment will best suit the needs of the existing building and its tenants. Which may include replacement of the water heaters with boilers. Solicitation #B2400141 Page 5 E Water heaters and all associated piping shall be included in the consultants design for replacement F Existing building automation system (BAS) is Johnsons Controls by SetPoint All new equipment shall be tied into the existing BAS Minimum control points are to be as follows 1) Power, loss/failure 2) Temperature 3) Alarms/Notifications 4) Graphic Mapp 5) Flow G All associated hot water piping and equipment shall be relocated as to allow better access in the mechanical room H Any architectural elements to ensure a complete and full design I Any structural elements to ensure a complete and full design 3 Project shall include all architectural, structural engineering, electrical, mechanical, plumbing, civil and tenant features as needed to provide a complete design and engineering package 4 Consultant is responsible for and shall provide specifications, stamped drawings, and engineering documents for architectural, structural, mechanical, plumbing, and electrical including fire if needed These documents a p d specifications will be used for Weld County to seek bids for the construction phase of this project 5 Consultant will be responsible for reviewing site conditions to best determine what is needed to provide a complete design and engineering package 6 All design service requirements shall be a part of this contract and be all inclusive of a complete building design for each space 7 Consultant is required to verify that any new design and or equipment meets the needs and functions of the building Scopes of Services The intent of this section is to highlight in general terms the nature and scope of the work to be performed 1 Design Services A Provide a design for the project B Provide structural fill analysis and design for fill of building/s area If required C Prepare submittals to governing agencies for approval D Provide a schematic design package E Provide a design development package F Provide full and complete construction documents G Provide construction administration/consultation H Attend weekly design and construction meetings I Prepare building permit submittal and assist in obtaining the permits Make Building Inspection Department requested revisions J Provide a design schedule K Include all costs for architectural design services, programming, civil engineering, structural engineering, mechanical engineering, electrical engineering, and all other "consultant" fees in the proposal L Coordinate surveys and other design act vibes All costs shall be included in bid Solicitation #B2400141 Page 6 Plans and Documents: (At a minimum the county requires the following) 1. Architectural Plans 2. Civil and Site Plans (If needed) 3. Structural Plans (If needed) 4. Mechanical Plans 5. Electrical Plans 6. Plumbing Plans 7. Provide complete hardcopies and electronic AutoCAD files of project final drawings to the County. 8. All related engineering calculations, QA/QC, and manufactured equipment documentation 9. Any and all other items required by referenced codes, standards, and ordinances. Data and Information Review: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The Consultant shall be responsiblefor: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. The consultant project manager shall be the primary point of contact and coordinate work effort, resources, communications, document production, and billing on behalf of the consultant and team members. 3. Consultant shall conduct a project kickoff meeting with the County Project Team, including a site visit to thoroughly review existing conditions and facility's needs. 4. Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and a minimum of ten meetings throughout the construction phases of the project. Facility Design and Construction Contract Documents: The Consultant shall prepare a full and complete set of construction contract documents for this project. The Consultant shall provide the following as part of this task. 1. Design Process: Develop plans and specifications for County Project Team review and comment. At each review step, the County Project Team will consolidate comments into one (1) package and provide to consultant for review. • Schematic Design (30% complete) — Provide schematic design drawings for review and comment by County Project Team. • Design Development (60% complete) — Provide draft plans and specifications for review and comment by County Project Team. Participate in preliminary plan review meeting with County Building Inspections staff (Planning Department) • Permit/Construction Documents (100% complete) — Provide two full and complete sets of documents for permit review by Weld County Building Solicitation #B2400141 Page 7 Inspection (Planning Department) These full and complete set of construction contract documents will allow the County to solicit bids for actual construction of the project, Provide one complete set in PDF and hard copy to the Facilities Department 2 Architectural Design Produce architectural plans for building structures Guide selection of exterior and interior finishes, interior design, and office space layout This process will require close coordination with Facilities Department staff to optimize the layout and details of building spaces In general, building structures shall be designed to maximize resiliency, minimize long term life cycle costs, and consider sustainable elements 3 Civil Design Produce civil design plan and specifications should the project scope require, including, plans for existing conditions, grading plans, pavement layout and section design, civil details, water supply plans (may include supply well), wastewater disposal plans (may include septic system), drainage plans, electrical and natural gas utility plans, erosion control plans, and post -construction stormwater detention and water quality plans, Municipal Separate Storm Sewer System (MS4) through Colorado Department of Public Health and Environment (CDPHE) 4 Structural Design Produce structural plans and specs in compliance with all state and local building codes 5 Mechanical, Electrical, and Plumbing Design Produce mechanical, electrical, and plumbing plans in compliance with all State and Local building codes to provide fully functional facilities upon completion of construction Items to include but are not limited to the following heating ventilation and air conditioning plans, specs, equipment schedules and control systems, plumbing plans, specs and equipment and fixture designation for water supply and wastewater disposal, electrical plans, specs, schedules and diagramming for power, lighting, and provisions for emergency standby power generation, if needed 6 Telecommunications and data connectivity will be coordinated by County Information Technology (IT) staff through a separate process The design team for this proposal will only be responsible for identifying electrical boxes and conduit locations which will be identified by the County project team The actual wiring and integration of technology components (excluding HVAC Controls will be performed by County staff through separate procurement processes 7 Base bid shall include Construction Administration (CA) fees for reviewing and providing clarification for shop drawings, Requests for Information, change orders, and weekly one- hour on -site Owner -Architect -Contractor (OAC) meetings The duration for OAC meetings shall use 6 months for base bid 8 Revit or BIM modeling is not required However, final CAD of all designs and as-builts will be provided to the County Project Summary and Report: Solicitation #B2400141 Page 8 Upon completion of construction work, the Consultant shall prepare final as -built of the Project 1 Provide to Weld County one (1) hardcopy and one (1) set of PDF documents of the completed project documented along with AutoCAD files with final as -built of the Project 2 Conduct a post -meeting debriefing discussion with the County Project Team Use of Sub Consultants: The proposer shall indicate in their bid any work intended to be performed by sub - consultants or persons outside of the firm The proposer shall name the sub -consultants, if known, at the time of bid submittal Qualifications & Insurance Qualifications and insurance, at a minimum, should include the following ® The consultant(s) must have Architect(s)/Engineer(s) current State license(s) ▪ Must carry Professional liability insurance (PLI), also called professional indemnity insurance (PII) but more commonly known as errors & omission Documents and Information to be Submitted with Bid: Please submit your bid, addressing each of the following items in the order as outlined below As time is of the essence, brevity is appreciated Proposers should provide only the information requested, and present it in a clear, concise manner Incomplete bids may be rejected 1 Summary of the bid, including Statement of Understanding showing familiaritywith the 'Scope of Work 2 Organizational chart and resumes of all key staff and core staff that will be involved withproviding,services, including Identify who will act as the primary contact person to Weld County for this project List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer 3 Proposed Project Schedule Describe how your firm handles the various communications, includingmeetings and project schedules, to keep the project running smoothly Solicitation #B2400141 Page 9 4 Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet 9 Include the name of the sub -consultant and a statement of qualifications of the sub -consultant Solicitation #B2400141 Page 10 Schedule C - Project Schedule Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution October 3, 2024 October 3, 2024 October 17, 2024 October 24, 2024 October 31, 2024 November 18, 2024 December 2, 2024 Based on a contact execution date of December 2nd, 2024, please provide proposed schedule dates. Project Design Phase Proposed Schedule Date Schematic Design: Design Development: Construction Documents: Solicitation #B2400141 Page 11 Schedule D - Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on October 31st, 2024: 1) Schedule B- Scope of Work 2) Schedule D — Bid Form 3) W9, if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Description Price Design and Engineering Services $ Construction Administration $ Other (Describe) $ $ Total Lump Sum Cost The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2400141. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Solicitation #B2400141 Page 12 Attestation Item Entry Company Name: Address: Phone Email: FE N/Federal Tax ID #: CONTRACTOR: By: Name: Title: Date of Signature Solicitation #B2400141 Page 13 Schedule E — Insurance Insurance 1. The Contractor shall furnish a certificate of insurance for commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability upon notification of award and prior to performance. Work shall not commence under this Agreement/Contract until the Contractor has submitted to the County, and received approval thereof, the certificate of insurance showing compliance with the following types and coverage of insurance. a. Commercial General Liability Insurance: to include products liability, completed operations, contractual, broad form property damage, and personal injury. Each Occurrence General Aggregate $1,000,000 $2,000,000 b. Comprehensive Automobile Liability Insurance: to include all motor vehicles owned, hired, leased, or borrowed. Bodily Injury/Property Damage $1,000,000 (each accident) Personal Injury Protection Per Colorado Statutes c. Workers' Compensation Insurance: Per Colorado Statutes d. Professional Liability Insurance*: to include coverage for damages or claims for damages arising out of the rendering, or failure to render, any professional services. Each Occurrence $1,000,000 *This insurance requirement applies only to Contractors who are performing services under this Agreement as professionals licensed under the laws of the State of Colorado, such as physicians, lawyers, engineers, nurses, mental health providers, and any other licensed professionals. 2. The Contractor's commercial general liability, comprehensive automobile liability, workers' compensation, and professional liability insurance policies and/or certificates of insurance shall be issued to include Weld County Government as an "additional insured" and shall include the following provisions: a. Underwriters shall have no right of recovery or subrogation against the County, it being the intent of the parties that the insurance policies so affected shall protect both parties and be primary coverage for any and all losses resulting from the actions or negligence of the Contractor. b. The insurance companies issuing the policy or policies shall have no response against the County for payment of any premiums due or for any assessments under any form of any policy. Solicitation #B2400141 Page 14 c. Any and all deductibles contained in any insurance policy shall be assumed by and at the sole risk of the Contractor. 3. If any of the said policies shall be or at any time become unsatisfactory to the County as to form or substance, or if a company issuing any such policy shall be or at any time becomes unsatisfactory to the County, the Contractor shall promptly obtain a new policy, submit the same to the Purchasing Division of Weld County for approval, and thereafter submit a certificate of insurance as herein provided. a. Upon -allure of the Contractor to furnish, deliver, and maintain such insurance as provided herein, this Agreement/Contract, at the election of the County, may be immediately declared suspended, discontinued, or terminated. b. Failure of the Contractor to obtain and/or maintain any required insurance shall not relieve the Contractor from any liability under the Agreement/Contract, nor shall the insura ice requirements be construed to conflict with the obligations of the Contractor concerning indemnification. c. Contractor shall provide copies insurance coverage policies to the County department maintaining contract administration duties. These include initial policy, updated/changes to coverage, extensions, renewals, etc. 4. If the Contractor is a Joint Venture, then the respective parties thereto are each individually held fully responsible for completion of the project according to the terms of this Agreement. The parties thereto also have joint and several liabilities to the County for any liquidated damages assessed or for performance bond claims against the Joint Venture. The performar ce bond and all insurance required by this Agreement shall set forth the identity of each party to the Joint Venture. Insurance Mailing Information Certificates of Insurance and endorsements shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Will Hopkins Email: whopkins©weld.gov Telephone: (970: 400-2044 Mail: Weld County Facilities Department ATTN: Will Hopkins PO Box 758 Greeley, CO 80632 Solicitation #B2400141 Page 15 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is the standard Weld County Contract for Professional Services. PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of , 202 , by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required 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 services as set forth below. Solicitation #B2400141 Page 16 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and 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. 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 pos session 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 Agreeme it, 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 whici 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 sh 311 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. Solicitation #B2400141 Page 17 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 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, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. 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. Solicitation #B2400141 Page 18 8 Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions ofthis 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, documents, 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 the 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 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 For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review If the County expenences additional costs dunng project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs 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 and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project In no event shall any action by County hereunder constitute or be construed to Solicitation #B2400141 Page 19 be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 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 nghts against County Types of Insurance. Workers' Compensation /Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting with n 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, covenng all operations required by the Work Such policy shall include minimum limits as follows $1,000,000 each occurrence, $1,000,000 general aggregate, $1,000,000 Personal injury $5,000, Medical payment per person Automobile L►ab►litylnsurance 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) 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 liall 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 res 6 Iting 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 Minimum Limits $1,000,000 Per Loss, $2,000,000 Aggregate Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured Subcontractor Insurance Contractor hereby warrants that all subcontractors providing Solicitation #B2400141 Page 20 services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County No limitation! of Liability The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement 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 an duly authorized representative of County, including the County Auditor, shall have access to and ,the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement Contractor agrees to maintain these documents for three years from the date of the last payment received Solicitation #B2400141 Page 21 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 and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: N ame: P osition: Address: Address: E-mail: Phone: TO COUNTY: N ame: Position: Address: Address: E-mail: P hone: 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. Solicitation #B2400141 Page 22 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 state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their n ature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and e nforced 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 appl cable 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 siall 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 i�s 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 provisior 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 Solicitation #B2400141 Page 23 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 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 32 Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra -judicial body or person Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement CONTRACTOR By Name Title Date of Signature Solicitation #B2400141 Page 24 WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Kevin Ross, Chair Solicitation #B2400141 Page 25 Carolyn Geisert From: Sent: To: Subject: Attachments: Kalib Ainsworth <kainsworth@g2ce.com> Tuesday, October 29, 2024 8:54 AM bids RE: Design and Engineering Services for the Hot Water System and Piping Replacement - Bid #B2400141 ADDENDUM #1 - Design _ Engineering Services for Hot Water System _ Piping Replacement - 141 - G2 Signature.pdf; Hot Water System and Piping Replacement - G2 2024-10-29.pdf; Proposals Only.pdf; Schedule C - Project Schedule.pdf; Schedule D - Bid Form.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 coitent is safe. Hello - Please see attache° for G2's MEP proposal along with supplemental information. I have attached Schedule C - Project Schedule, Project D - Bid Form, our Certificate of Insurance and signed Addendum 1. I have acknowledged Schedule F- Weld County Contract but I do not believe I sign this one until/if we are awarded the project. Thank you, Kalib Ainsworth, CHC, LEED AP BD+C Senior Mechanical Project Manager G 2 CONSULTING EFFGINEER5, INC. 5000 Goodman St. Unit 10) Timnath, CO 80547 155 S. Water St. Suite 220 Henderson, NV 89015 970-460-7400 x 2091 Office 970-397-0390 I Cell ka:nsworth4)g2ce com g2ce.com From: bids <bids@weld.gov> Sent: Monday, October 28, 2024 4:28 PM To: Kalib Ainsworth <kainsworth@g2ce.com> Subject: RE: Design and Engineering Services for the Hot Water System and Piping Replacement - Bid #B2400141 Thank you! From: Kalib Ainsworth <kainsworth@g2ce.com> Sent: Monday, October 28, 2024 4:18 PM 1 To: bids <bids@weld.gov> Subject: RE: Design and Engineering Services for the Hot Water System and Piping Replacement - Bid #B2400141 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. Thank you. Apologies I sent the bid back early without this info. I had checked Bidnet and did not see any questions regarding this project. I will update my proposal and resend. Thank you, Kalib Ainsworth, CHD, LEED AP BD+C Senior Mechanical Project Manager G2 CONSULTING ENGINEERS. INC. 5000 Goodman St. Unit 100 Timnath, CO 80547 155 S Water St. Suite 220 Henderson, NV 89015 970-460-7400 x 209 I Office 970-397-0390 I Cell ka s nsvvorthg2ce. com g2ce.com From: bids <bids@weld.gov> Sent: Monday, October 28, 2024 3:01 PM To: Kalib Ainsworth <kainsworth@g2ce.com> Subject: RE: Design and Engineering Services for the Hot Water System and Piping Replacement - Bid #B2400141 I have attached addendum #1 for your convenience. From: Kalib Ainsworth <kainsworth@g2ce.com> Sent: Monday, October 28, 2024 9:45 AM To: bids <bids@weld.gov> Subject: Design and Engineering Services for the Hot Water System and Piping Replacement - Bid #62400141 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 see attached for MEP proposal from G2 Consulting Engineers. "I hereby waive my right to a sealed bid" Thank you, 2 Kalib Ainsworth, CHD, LEED AP BD+C Senior Mechanical Project Manager rd2 CONSULTIK6 ENGINEERS. INC. 5000 Goodman St. Unit 100 Timnath, CO 80547 155 S. Water St. Suite 220 Henderson, NV 89015 970-460-7400 x 209 j Office 970-397-0390 I Cell kainsworth@g2ce corn g2ce.com 3 G2 CONSULTING ENGINEERS. INC. October 28, 2024 Facilities Department Weld County 1150 O Street Greeley, CO 80631 Project: Weld County Alternatives Program Building Hot Water System and Piping Replacement Subject: Mechanical, Electrical and Plumbing Engineering Services Proposal Thank you for soliciting a proposal from G2 Consulting Engineers, Inc. for mechanical, electrical, and plumbing engineering services. G2 Consulting Engineers will serve as the Prime Engineering Consultant for this project. It is not anticipated that other sub -consultants will be required for this scope of work. 1. BASE SCOPE/SUMMARY OF PROPOSAL 1.1. \Ale propose to provide engineering services for the replacement of the four (4) existing gas fired, tank type water heaters and the three (3) associated storage tanks. Three of the water heaters and storage tanks provide domestic hot water to the building. The fourth water heater, that does not use a storage tank, is dedicated to the clothes washing. 1.2 Our design will be based on replacing the four existing tank type water heaters with new commercial, tankless, instantaneous water heaters and removing the storage tanks from use, and provide new circulation pumps as required to accommodate the new design. In our opinion this will simplify construction and allow for the following: 1.2.1.The tankless, instantaneous water heaters are more energy efficient than tank style water heaters and external storage tanks, which will save on operating costs throughout the life of the equipment. 1.2.2.The industry standard is trending towards the usage of tankless water heaters in lieu of external storage tanks. This method simplifies the piping of the domestic hot water system. 1.3. We have not included any structural design within our fees. Based on the information we have reviewed to date, these services are not required. 1.4. We have not included any architectural design within our fees. Based on the information we have reviewed to date, these services are not required. 1.5. We have included providing a construction phasing plan, to ensure domestic hot water is provided to the building during the equipment replacement. Scheduled shut downs of the domestic hot water system will be required. 1.6. We have not included any new controls or sequence of operations within our fees. The water heaters shall operate as stand-alone equipment and be controlled through the integral control panel(s). G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 1 of 7 CG2 CONSULTING EN6INEERS.INC. 1.7. Organization Information: 1.7.1.Kalib Ainsworth will be the primary contact person to Weld County. Kalib will be our mechanical project manager. 1.7.2.Greg Peterson will be involved in the project and will be the acting Principal in Charge. 1.7.3.Kate Hodgson will be our electrical project manager. 1.8. Inclusions: 1.8.1.Design the replacement of the four (4) existing water heaters. 1.8.2.Design the power/electrical modifications required to accommodate the water heater replacement. 1.8.3.Design domestic hot water piping modifications to accommodate the water heater replacement. 1.8.4.Development of architectural backgrounds for the existing water heater room. We have not included providing backgrounds for any other areas of the building. 1.8.5.Modifications to the existing gas piping as required to accommodate the new water heaters. 1.8.6.Submit stamped and signed drawings to the AHJ. 1.8.7.Attendance in design meetings. 1.8.8.Conduct MEP related contract administration services including construction progress observations, shop drawing review and RFI response. 1.8.9.Site observations will be required to as -built the existing mechanical system. 1.9. Exclusions: 1.9.1.Replacement of any other equipment not directly associated with the water heater replacement scope of work (replacement of the existing downstream hot water and hot water re -circulation piping). 1.9.2.Sequence of operations and Controls drawings. 1.9.3.Architectural design services. 1.9.4.Modifications to the existing utilities entering the building. The existing domestic cold water RPBP and gas meter shall remain as -is. 1.9.S.Change order review. 1.9.6.Commissioning of MEP systems. 1.9.7.Punch list preparation. 1.9.8.Record Document/As-Built drawing preparation. 1.9.9.Preparation of building envelope calculations. 1.9.10. All work in relation to sustainable design services including but not limited to LEEDS documentation, energy calculations and modeling, life cycle studies and the like. 1.9.11. Any task not specifically included. 2 FEE 2.1. Our fixed fee for performing this scope -of -work shall be $9,800.00. 3. BASIC SERVICES OF ENGINEER 3.1. General. 3.1.1.The Basic Services to be performed by G2 Consulting Engineers, Inc., hereinafter referred to as ENGINEER, are defined in this proposal letter agreement, hereinafter referred to as Letter of Agreement. When Letter of Agreement is signed by both parties, with the second G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 2 of 7 Cr:a) CONSULTING ENGINEERS, INC. party hereinafter referred to as CLIENT, the Letter of Agreement invokes the Standard Agreement and Terms and Conditions contained herein. 3.1.2.The part of the Project for which ENGINEER is to provide services described in this Letter of Agreement and in this document is hereinafter referred to as This Part of the Project. 3.1.3.ENGINEER will collaborate with CLIENT and CLIENT's consultants to the extent required to provide a coordinated design for the overall Project. All communications with the CLIENT's consultants or other Project participants will be through or with the knowledge of the CLIENT. Except as set forth herein, ENGINEER will not have any duties or responsibilities for any other part of the Project. ENGINEER will perform services in character sequence and timing so that it will be coordinated with that of CLIENT and other consultants for the Project. ENGINEER agrees to a mutual exchange of Drawings and Specifications for the Project with CLIENT and other consultants. 3.1 4.If you have chosen not to have the ENGINEER and the consultants of the ENGINEER provide construction administration services on the project, then those services shall be excluded from our contract. The CLIENT shall then assume the liability to ensure that the project is constructed in accordance with the design of the ENGINEER and the CLIENT will hold the ENGINEER harmless from any claim due to the contractor not building per plans and specifications. 4. ADDITIONAL SERVICES 4.1. General. 4.1 1.11 authorized in writing by the CLIENT, ENGINEER shall furnish or obtain from others Additional Services of the following types which are not considered normal or customary Basic Services except to the extent provided otherwise in this Letter of Agreement; these will be paid for by CLIENT. 4.1.2.Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by CLIENT. 4.1.3.Services resulting from significant changes in extent of This Part of the Project or its design including, but not limited to, changes in size, complexity, CLIENT's schedule, or character of construction; and revising previously accepted studies, reports, design documents, or Contract Documents when such revisions are due to causes beyond ENGINEER's control. 4.1.4.Additional services in connection with this Part of the Project; including services normally furnished by CLIENT, and services not otherwise provided for in this or this Letter of Agreement such as: services of special consultants, value engineering, detailed cost estimates, or Bid Phase or Construction Phase services. 5. CLIENT'S RESPONSIBILITIES 5.1. CLIENT Shall: 5.1.1.Provide all criteria and full information as to CLIENT's requirements for the Project including: design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations. Furnish copies of all design and construction standards which CLIENT will require to be included in the Drawings and Specifications. 5.1..2.Assist ENGINEER by placing at his disposal all available information pertinent to the Project including previous reports and any other data relative to design or construction of the Project. G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 3 of 7 l V2 CONSULTING ENGINEERS. INC 5.1.3.Arrange for access to and make all provisions for ENGINEER to enter upon public and private property as required for ENGINEER to perform his services. 5.1.4.Furnish, or direct ENGINEER in writing to provide, necessary Additional Services as stipulated in this Agreement or other services as required. 5.1.5.Bear all costs incident to compliance with the requirements of this Agreement. 6. PERIOD OF SERVICE 6.1. The provisions of this Agreement and the various rates of compensation for ENGINEER's services provided for elsewhere in this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion of the Design Phase (unless otherwise stated in this proposal letter). ENGINEER's obligation to render services hereunder will extend for a period that may reasonably be required for the design (unless otherwise stated in this proposal letter) of This Part of the Project; including extra work and required extensions thereto. 6.2. If ENGINEER's services for design (or phases as stated in this proposal letter) of This Part of the Project are delayed or suspended (in whole or in part) by CLIENT for more than two weeks for reasons beyond ENGINEER's control then ENGINEER shall, on written demand to CLIENT (but without termination of this Agreement) be paid. If such delay or suspension extends for more than three months (for reasons beyond ENGINEER's control) or if ENGINEER, for any reason, is required to render services more than three months after initial date of letter of agreement, the various rates of compensation shall be subject to renegotiation. 7. PAYMENTS TO ENGINEER 7.1. For Basic Services. CLIENT shall pay ENGINEER for Basic Services described in this Letter of Agreement rendered under Lump Sum or Time and Materials Fee as described in this Letter of Agreement. 7.2. For Additional Services. CLIENT shall pay ENGINEER for Additional Services rendered as follows: 7.2.1.General. For Additional Services rendered, the fee shall be that which is agreed upon on an Authorization for Additional Services form. This Authorization for Additional Services form shall be issued at the time of CLIENT's request and shall include revised scope of work. The Authorization for Additional Services form shall be signed by the CLIENT and this will act as notice to proceed with Additional Services. 7.3. Reimbursable Expenses. In addition to payments provided for Basic Service and Additional Services, CLIENT shall pay ENGINEER the actual costs (times a factor of 1.0) of all Reimbursable Expenses incurred in connection with all Basic and Additional Services if defined in this Letter of Agreement. 7.4. The terms "Reimbursable Expenses" will have the meanings assigned in Definitions below. 7.5. Times of Payments. ENGINEER shall submit monthly or semi-monthly invoices for Basic and Additional Services rendered and for Reimbursable Expenses incurred. The invoices will be based upon ENGINEERS's estimate of the proportion of the total services actually completed at the time of billing. Payment terms are net 30 days. CLIENT shall make prompt payments in response to ENGINEER's statements. 7.6. Other Provisions Concerning Payments. 7.6.1.If CLIENT fails to make any payment due ENGINEER for services and expenses within the limits described in this Letter of Agreement, the amounts due ENGINEER shall include a charge at the rate of 1.5% per month from said thirtieth day, and in addition, ENGINEER G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Tinnath, CO 80547 Page 4 of 7 CP C[NSULTfNG ENGINEERS. INC. may (after giving seven days written notice to CLIENT) suspend services under this Agreement until he has been paid in full all amounts due him for services and expenses. 7.6,2.In the event of termination by CLIENT of the Basic Services; ENGINEER will be paid for services rendered up to that time (on the basis of Direct Labor Costs times a factor of 3.2) for services rendered to date of termination by principal and employees assigned to This Part of the Project. In the event of any such termination, ENGINEER will be paid for all u npaid Additional Services and unpaid Reimbursable Expenses, plus all termination expenses. Termination Expenses mean Reimbursable Expenses directly attributable to termination, which shall include an amount computed as a percentage of total compensation for Basic Services earned by ENGINEER to the date of termination, as follows: 20% if termination occurs after commencement of the Design Phase. 7.7. Definitions. 7.7.1.The Direct Labor Costs used as a basis for payment means salaries and wages (basic and incentive) paid to all personnel engaged directly on the Projects, including but not limited to; engineers, designers, drafters, estimators, administration, and clerical. 7.7.2.Reimbursable Expenses means the actual expenses incurred (directly or indirectly) in connection with the Project for: obtaining bids or proposals from Contractor(s); postage, toll telephone calls and telegrams; reproduction of reports, Drawings, Specifications, and similar Project related items in addition to those required elsewhere is this Agreement; project related travel and lodging costs; and, if authorized in advance by CLIENT, overtime work requiring higher than regular rates. 8. OPINIONS OF COST 8.1. Opinions of Cost. 8.1.1.Since Engineer has no control over the cost of labor, material, equipment, or services furnished by others; or over the Contractor(s) methods of determining prices; or over competitive bidding or market conditions; then his opinions of probable Construction cost for This Part of the Project provided for herein are to be made on the basis of his experience and qualifications; and represent his best judgment as an experienced and qualified consulting engineer (familiar with the construction industry). ENGINEER cannot and does not guarantee that proposals, bids, or actual Construction Cost for This Part of the Project will not vary from opinions of probable cost prepared by him. If prior to the Bidding or Negotiating Phase CLIENT wishes greater assurance as to Construction Cost for This Part of the Project, he shall employ an independent cost estimator. 9. GENERAL CONSIDERATIONS 9.1. Te -mination. 9.1.1.The obligation to provide further services under this Agreement may be terminated by e ither party upon seven days' written notice. 9.2. Reuse of Documents. 9.2.1.All documents including Drawings and Specifications prepared by ENGINEER pursuant to this Agreement are instruments of service in respect of the Project. They are not intended o r represented to be suitable for reuse by CLIENT or others on extensions of the Project or on any other project. Any reuse, without written verification or adaptation by ENGINEER for the specific purpose intended, will be at CLIENT's sole risk and without liability or legal exposure to ENGINEER; and CLIENT shall indemnify and hold harmless ENGINEER from all G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 5 of 7 roN2 CONSULTING ENGINEERS. INC. claims, damages, losses, and expenses (including attorney's fees) arising out of or resulting therefrom. Any such verification or adaptation will entitle ENGINEER to further compensation at rates to be agreed upon by CLIENT and ENGINEER. 9.3. Records. 9.3.1.Records of ENGINEER's Direct Labor Costs, Payroll Costs, and Reimbursable Expenses (pertaining to This Part of the Project) will be kept on a generally recognized accounting basis and made available to CLIENT on request. 9.3.2.ENGINEER shall maintain all design calculations on file in legible form. A copy of these shall be available to CLIENT at ENGINEER's expense; and the originals shall not be disposed of by ENGINEER until after sixty days' prior written notice to CLIENT or 60 months after project completion without notice. 9.3.3.ENGINEER's records and design calculations will be available for examination and audit as required in writing by CLIENT. 9.4. Standard of Care. 9.4.1.Services shall be performed by ENGINEER in accordance with generally accepted professional practices and principles and in a manner consistent with the level of care and skill ordinarily exercised under similar conditions by members of ENGINEER's profession currently practicing in the same geographical area. By delivery of completed work, Design Professional certifies that the work conforms to the requirements of this contract and all applicable federal, state and local laws and the professional standard of care in Colorado. 9.5. Insurance. 9.5.1.CLIENT and ENGINEER shall each procure and maintain insurance (other than life insurance) for protection from claims under worker's compensation acts, claims for damages because of bodily injury (including personal injury), sickness or disease or death of any and all employees or of any person other than such employees, and from claims or damages because of injury to or destruction of property including loss of use resulting therefrom. 9.5.2.CLIENT and ENGINEER shall each procure and maintain professional liability insurance for protection from claims arising out of performance of professional services caused by any negligent error, omission, or act for which the insured is legally liable. Such professional liability insurance will provide for coverage in such amounts, with such deductible provisions, and for such periods of time as appropriate for the size of the project; and certificates indicating that such insurance is in effect will be exchanged by them. 9.5.3.CLIENT will also cause other professional consultants retained by CLIENT for the Project to procure and maintain comparable professional liability insurance coverage. 9.S.4.CLIENT agrees to limit the ENGINEER's liability to the CLIENT and to all construction contractors and subcontractors on the project, due to the ENGINEER's negligent acts, errors or omissions, or any claim of any nature whatsoever arising out of or relating to the performance of professional services under this agreement, such that the total aggregate liability of the ENGINEER to all those named shall not exceed $50,000 or the ENGINEER's total fee for services rendered on this project, whichever is greater. 9.6. Controlling Law. 9.6.1.This Agreement is to be governed by the law of the State of Colorado. 9.7. Successors and Assigns. 9.7.1.CLIENT and ENGINEER each binds himself and his partners, successors, executors, administrators, assigns and legal representatives to the other party to this Agreement and to the partners, successors, executors, administrators, assigns and legal representatives of G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 1O0 Timnath, CO 80547 Page 6 of 7 CJHSOLTING ENGINEERS. INC. such other party, in respect to all covenants, agreements and obligations of this Agreement. 9.7.2.Neither CLIENT nor ENGINEER shall assign, sublet, nor transfer any rights under or interest in (including, but without limitation, moneys that may become due or moneys that are due) this Agreement without the written consent of the other, except as stated elsewhere in this Agreement, and except to the extent that the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. Nothing contained in this paragraph shall prevent ENGINEER from employing such independent consultants, associates, and subcontractors as he may deem appropriate to assist him in the performance of services hereunder. 9.7.3.Nothing herein shall be construed to give any rights or benefits hereunder to anyone other than CLIENT and ENGINEER. Please feel free to contact us should you have any questions and/or comments regarding this proposal. Thank you for this opportunity, and we appreciate your business. Regards, Kalib Ainsworth, CHD, LEED AP BD+C Senior Mechanical Project Manager G2 Consulting Engineers, Inc. AGREED AND ACCEPTED Weld County PRINTED NAME: NAME DATE G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 7 of 7 Schedule C - Project Schedule Schedule Below is the anticipated solicitation schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution October 3, 2024 October 3, 2024 October 17, 2024 October 24, 2024 October 31, 2024 November 18, 2024 December 2, 2024 Based on a contract execution date of December 2nd, 2024, please provide proposed schedule dates. Project Design Phase Proposed Schedule Date Schematic Design: 12/09/2024 Design Development: 1 2/23/2024 Construction Documents: 0 I / 10/2025 Solicitation #B2400141 Page 11 Schedule D - Bid Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on October 31St, 2024: 1) Schedule B- Scope of Work 2) Schedule D — Bid Form 3) W9, if applicable.* 4) Any potential or future Addenda must be completed/acknowledged. 5) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project in the space below: Description Price Design and Engineering Services $ R:3nn nn $ I .500.00 Construction Administration Other (Describe) $ N/A Total Lump Sum Cost $ 9,800.00 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2400141. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement of Schedule E — Insurance and Bond 5. Acknowledgment of Schedule F — Weld County Contract 6. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 7. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Solicitation #B2400141 Page 12 Attestation Item Entry Company Name: G2 Consulting Engineers, Inc. Address: 5000 Goodman St. Unit 100. Timnath, CO. 80547 Phone 970.4G0.7400 Email: kainsworthi�a2ce.com FEIN/Federal Tax ID #: 8I -3G7 I G44 CONTRACTOR; i By: Name: Kalib Ainsworth Title: Senior Mechanical Project Manager 10/29/2024 Date of Signature Solicitation #B2400141 Page 13 Addendum # 1 Bid Request Number B2400141 Design and Engineering Services for Hot Water Generation System and Piping Replacement Questions and Answers 1. Question: Are existing drawings of the facility available in CAD? Answer: No, limited PDF's are available to the successful contractor. 2. Question: Are product submittals of plumbing fixtures from previous projects available? Answer: No 3. Question: The Scope of Work states the Design team will be required to attend Planning and Public Works meetings. How many meetings are expected? Answer: Include two (2). These are for meeting with the planning and building department for compliance review. 4. Question: Under Scope of Services / Data and Information Review, item #4 requires design meetings with County personnel. Are these meetings the same as the Planning and Public Works addressed in question #2 above? If not, is there an expectation of the number of design meetings? Answer: This is separate from the meetings with Planning. Weekly onsite design meetings are required throughout the design process. 5. Question: Under Scope of Services / Data and Information Review, item #4 requires the Design Team to attend a minimum of 10 meetings throughout the construction phases. Where Scope of Services / Facility Design and Construction Contract Documents requires weekly on -site OAC meetings for 6 months, at total of 26 meetings. How many meetings should we include in our bid. Answer: A minimum of 10 on -site meetings during construction are required. 6. Question: Is the whole Design Team required to attend design phase meetings or only the Primary Consultant? Answer: Primary Consultant 7. Question: Is the whole Design Team required to attend construction phase meetings or only the Primary Consultant? Answer: Primary Consultant 8. Question: Will this project need to be phased so the facility continues to have hot water throughout the project? Answer: Yes 9. Question: Does the County anticipate the need/purpose to enlarge or shrink the size of the existing mechanical room housing the Hot Water System and Piping equipment? Answer: No, the new system(s) need to fit in the existing mechanical room. 10. Question: Is any work anticipated outside of the mechanical room? Answer: The design team will need to include all piping which will require to detail to the nearest valved connection which may be outside of the mechanical room. 11. Question: The IFB Project Scope section states "Design team will be required to attend Planning and Public Works meetings." Please clarify the purpose of these meetings and quantity to include in our bid. Answer: Include two (2). These are for meeting with the planning and building department for compliance review. 12. Question: Please elaborate on IFB scope of work item 2.G states "All associated hot water piping and equipment shall be relocated as to allow better access in the mechanical room." Relocating pump disconnects was mentioned during the walkthrough. Is there anything else which requires better access? Answer: All serviceable shutoffs and controls shall be relocated into the mechanical room at a serviceable location and height. 13. Question: What is the budgeted cost of construction for the project? Answer: This is unavailable at this time, and is dependent on the design. Addendum Acknowledgement ***A sinned copy must be submitted with your bid. Thank your** Company Name: G2 Consulting Engineers, Inc. 10/29/2024 Date of Signature Signature` Name: Kalib Ainsworth Title: Senior Mechanical Project Manager October 29, 2024 Client#: 1420802 G2CON ACORDrr. CERTIFICATE OF LIABILITY INSURANCE IDATE (MM/DD/YYYY) 11 /11 /2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC 4600 S. Ulster Street, Suite 1200 Denver, CO 80237 800 873-8500 INSURED G2 Consulting Engineers, Inc. 5000 Goodman St., Unit 100 Timnath, CO 8O547 CONTACT NAME: PHONE 800 873-8500 nooRess: den.certificate@usi.com FAX INSURER(S) AFFORDING COVERAGE irisuRER A : Charter Oak Fire Insurance Company INSURER e : Travelers Indemnity Company INSURER c : Travelers Indemnity Company of CT NAIL # 25615 25658 INSURER D : Beazley Insurance Company, Inc. INSURER E : INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRADDL LTR TYPE OF INSURANCE INSR A X COMMERCIAL GENERAL LIABILITY IX ' CLAIMS -MADE ! X OCCUR � '.. SUBR Ve I POLICY NUMBER X 168060900677 � POLICY EFF POLICY EXP LIMITS (MM/DD/YYYY) (MM/OD/YYYY) -__ 10/05/2024 10/05/2025 EACH OCCURRENCE I $1,000,000 DAMAGE70 RENTED PREMISES {Ea occurrence) $1,000,000 i MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $1,000,000 I $ 2,000,000 �GENERAL AGGREGATE +$ PLIES PER GEN'L AGGREGATE LIMIT APPLIES I PRO I POLICY i_X JECT I LOC OTHER: i I PRODUCTS - COMP/OP AGG 2,000,000 , $ AUTOMOBILE LIABILITY ! X ANY AUTO OWNED ! SCHEDULED X AUTOS ONLYAUTOS OWNED HIRED AUTOS III, AUTOS ONLY X ! AUTOS ONLY X I BA0R086527 10/05/20241 10/05/2025 Ea aBcideDt SINGLE LIMIT ',.,, $1,000,000 - BODILY INJURY (Per person) $ BODILY INJURY Per accident $ PROPERTY DAMAGE (Per accident 10/05/2024!,10/05/2025 EACH OCCURRENCE ! $2,000,000 B I XI UMBRELLA LIAB I X (, OCCUR IX EXCESS LIAB I CLAIMS -MADE', X I CUP7H073235 AGGREGATE $2,000,000 $ DED I XI RETENTION $10000 WORKERS COMPENSATION C' �' AND EMPLOYERS' LIABILITY YNN . ANY PROPRIETOR/PARTNER/EXECUTIVE I i OFFICER/MEMBER EXCLUDED? ! ( N / A (Mandatory in NH) I(yes, describe under DESCRIPTION OF OPERATIONS below X � UB6H90653A I 5 110/05/202 � � X PER :0TH -- STATUTE E.L. EACH ACCIDENT $1,000,000 --- -- - -- E -L. DISEASE - EA EMPLOYEE,$1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 D I Professional Liability Claims Made 1O38465240101 10/05/2024110/05/2025 $5,000,000 per claim $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) As required by written contract or written agreement, the following provisions apply subject to the policy terms, conditions, limitations and exclusions: The Certificate Holder and owner are included as Automatic Additional Insured's for ongoing and completed operations under General Liability; Designated Insured under Automobile Liability; and Additional Insureds under Umbrella / Excess Liability but only with respect to liability arising out of the Named Insured work performed on behalf of the certificate holder and owner. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Weld County, its elected officials, employees, agents and volunteers 1150 O Street Greeley, CO 81631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S47001586/M466029S2 MXHBC DESCRIPTIONS (Continued from Page 1) The General Liability and Umbrella/Excess insurance applies on a primary and non-contributory basis. A Blanket Waiver of Subrogation applies for General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation. The Umbrella / Excess Liability policy provides excess coverage over the General Liability, Automobile Liability and Employers Liability. Please note that Additional Insured status does not apply to Professional Liability or Workers' Compensation. SAGITTA 25.3 (2016/03) 2 of 2 #S47001586/M46602992 Contract F Entity Information Entity Name * G2 CONSULTING ENGINEERS INC Entity ID* @00045613 Contract Name * Contract ID DESIGN AND ENGINEERING SERVICES FOR THE HOT 8859 WATER SYSTEM AND PIPING REPLACEMENT AT THE * ALTERNATIVE PROGRAMS BUILDING Contract Lead CNAIBAUER Contract Status CTB REVIEW �j New Entity? Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * PROVIDE DESIGN AND ENGINEERING SERVICES FOR THE HOT WATER SYSTEM AND PIPING REPLACEMENT AT THE ALTERNATIVE PROGRAMS BUILDING. Contract Description 2 Contract Type * CONTRACT Amount* $9,800.00 Renewable NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 11/21/2024 GROUNDS 11/25/2024 Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2400141 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* 02/03/2025 Committed Delivery Date Renewal Date Expiration Date* 02/03/2025 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 11/14/2024 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 11/14/2024 11/14/2024 11/14/2024 Final Approval BOCC Approved Tyler Ref # AG 111824 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 11/18/2024 Hello