Loading...
HomeMy WebLinkAbout20250886.tiffCo► r vacs D491-1-02 SERVICE AGREEMENT BETWEEN WELD COUNTY AND HARPER MECHANICAL INC. -101 THIS AGREEMENT is made and entered into this day of Pit , 2025, by and between the Board of Weld County Commissioners, on behalf Facilities Department,', hereinafter referred to as "County," and Harper Mechanical Inc, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. NOW; THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shalt control, and the remaining order of precedence shall be based upon order of attachment. Exhibit Alconsists of County's Request for Bid (RFB) asset forth in Bid Package No. B2500035. Exhibit B (,consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from Form Revision 3-2025 Conzr�t-fl /25 gxocenr ZS 2025-M 8 ei0021 entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily perfomied and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $167,000 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in 2 accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action 3 by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 11. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. Contractor shall provide coverage with limits of liability no less than those stated below. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. Acceptability of Insurers: Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Required Tvpes of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds 4 with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles operating both on County property and elsewhere in the performance of this Contract. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration 5 of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 13. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project. Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project. Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. 6 The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. 16. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 17. Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's right to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers' Compensation law or arising out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, 7 regulation, or court decree. It is the specific intention of the parties that County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that Contractor will be responsible for primary loss investigation, defense, and judgment costs where this indemnification is applicable. In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for losses arising from the work performed by the Contractor for the County. 18. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 19. Examination of Records. To the extent required by law, the Contractor agrees that a duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers, and records of Contractor, involving all matters and/or transactions related to this Agreement: Contractor agrees to maintain these documents for three years from the date of the last payment received. 20. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes, or Governmental actions. 21. Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or 8 Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Ron Harper -Harper Mechanical Inc. Position: Owner Address: 4604 Bush Mills Ave, Evans Colorado 80634 E-mail: rharper@harpermech.net Phone: 970-539-5535 TO COUNTY: Name: Patrick Oneill Position: Facilities Director Address: 1105 H Street Greeley, CO E-mail: poneill@weld.gov Phone: 970-400-2023 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. 22. 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. 23. 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. 24. 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. 25. 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. 9 26. 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. 27. 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. 28. Non -Waiver. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as applicable now or hereafter amended. 29. 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. 30. 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. 31. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 33. No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. 10 Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate' this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 35. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra -judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, nderstands it and agrees to be bound by its terms. Both parties further agree that th s 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: Ron arper Title: Owner Date of Signature: 04/29/2025 WELD COUNTY: ATTEST: �., x;4. BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO Weld Cpunty'�,lerk to the Board BY: Deputy Clerk!, to the Board 11 L Buck, Chair MAY 0 7 2025 Exhibit A Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80631 General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: Title: B2500035 Weld County Jail 1 East Hot Water Boilers and Storage Tank Replacement Advertisement Date: February 26, 2025 P re- Bid Meeting: March 12, 2025, at 9:00 AM P re- Bid Location: 2110 O Street Greeley CO Questions Due: March 19, 2025, by 5:00 PM Questions Posted: March 20, 2025, by 5:00 PM Questions email: bids@weld.gov Bid Due Date: March 26, 2025, by 10:00 AM, Purchasing's Clock Bid Delivery: Preferred email to bids@weld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids@weld.gov Documents Included in this Bid Package IFB Schedules S chedule A: Bid Instructions S chedule B: Scope of Work Schedule C: Project Schedule S chedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Form Revision 12-2024 Table of Contents General Services - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 Table of Contents 2 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 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Specific Requirements and Responsibilities 6 Project Specific Requirements: 6 Schedule C - Procurement Schedule 11 Schedule D - Bid Response Form 12 Bid Submittal Instructions 12 Fees 12 Attestation 12 Schedule E — Insurance 14 Insurance 14 Insurance Mailing Information 16 Schedule F - Weld County Contract 17 Contractual Obligations 17 Weld County Standard Contract 17 Solicitation #B2500035 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Weld County Jail 1 East Hot Water Generator & Storage Tank Replacement A Mandatory pre -bid conference will be held on March 12, 2025 at 9:00 am at the main lobby at 2110 O Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: March 26, 2025, at 10:00 am (Weld County Purchasing Time Clock. The submitted bids will be read over a Microsoft Teams Conference Call on March 26, 2025, 2025 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft By Phone Teams Join the meeting now Phone +1 720-439-5261„345998486# Meeting Passcode: ID: 255 693 230 531 D7Qs United conference States, ID: Denver 345 998 486# Tx7d Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bidsweld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized Solicitation #B2500035 Page 3 representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C. R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a Solicitation #B2500035 Page 4 negative impact on Weld County in the current term or in any future terms Solicitation #B2500035 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a turn -key lump sum project for a vendor to provide bids for the removal and replacement of two hot water boilers and two hot water storage tank systems, & all associated piping and fittings at the Weld County Jail located at 2110 O Street, Greeley, Colorado Method of Procurement Invitation for Bid (IFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an IFB contract. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities The scope of this project is for the complete removal and replacement of two existing hot water storage tanks two hot water boilers and at Weld County Jail 1 East Mechanical Room. Work to include the installation of new pumps, new valves, gas connections, venting, temperature sensors, temperature gauges, pipe insulation, and all associated piping each piece of equipment. 1 Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments outlined above and this scope of work. This will include but not be limited to all labor, materials, and equipment to complete the total scope of work. It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided. Project Specific Requirements: 1. Existing Hot Water Storage Tanks will be replaced with 750 Gallon round jacketed storage tanks, manufacture to be AO Smith. Existing RBI Hot Water Heater/Boilers to be replace with Raypak Boilers, new boiler to match existing or be greater than current specifications. Contractor will be responsible for verifying the existing units and their individual specifications for equipment, during the pre -bid conference. Below are the model and serial numbers for the associated existing units. Solicitation #B2500035 Page 6 New models to be installed: i. Hot Water Storage Tanks: a. 2 -Round Jacketed 750 Gallon Hot Storage Tanks (Manufacture Requirements Rheem or AO Smith) ii. Hot Water Heater/Boiler: 2 -New Raypack Boilers -Model to meet existing specifications of current boilers. Existing model specifications: ii. Jail 1 East Mechanical Room existing Equipment: a. 2 -Domestic Jacketed Hot Water Storage Tank -900 Gallon AO Smith Storage Tanks b. 2 -RBI Hot Water Boilers Model-DW600 c. 1 -Domestic Hot Recirculation-1"Taco Pump (Field verify size to match existing) d. 2-B&G Boiler feed pumps (Field verify size to match existing) e. 1 -Expansion Tank (Field verify size to match existing) f. 6 -Solenoid Valves. (Required Manufacture Asco) g. 5 -In -line Check Valve w/shutoff valves h. 1 -Taco Recirculation Pump (Field verify size to match existing) i 2 -Balancing Valves (Field verify size to match existing) j. 1 -Expansion Tank (Field verify size to match existing) k. 2 -Flow Switches (Field verify size to match existing) Hot Water Storage Tanks & Hot Water Heater/Boiler Requirements: 1. No dielectric unions will be allowed on new piping system. (Use other means of fittings or pipe to prevent electrolysis) 2. Work to include cut and removal of the squirrel cage fence outside the exterior mechanical room doors for equipment installation. Fence reinstallation will require new welds for security purposes. 3. All domestic water piping to remain the current size of existing piping. 4. All flue B -Venting is required to be part of bid scope. 5. Replace existing domestic water recirculation pumps with Taco or Grundfos pumps to match existing pump specifications. 6. Boiler feed pumps to replace to match existing B&G Pumps specifications 7. Required Type L copper pipe and fittings. 8. Replace all check valves to match existing 9. Replace low water cutoff to match existing 10. Replace high limit switches to match existing 11. Replace all flow switches to match existing 12. Required schedule 40 black pipe with black pipe fittings on all gas connections 13. Install drain valves at all low points on each system to allow for proper drainage. 14. Replace all valves with all new full port ball valve, any valve above 2" in diameter will required to be a butterfly valve, manufacturer Keystone or Apollo 15. Replace solenoid valves to match existing size and specifications (Required Manufacture ASCO ) 16. Replace expansion tank to match existing specifications 17. Install inline temperature sensors on each piece of equipment with thermowells and Greystone All-purpose probe sensors. Sensors to be installed on the domestic hot water supply, domestic hot water return. Install all new temperature & pressure gauges with thermowells. 18. All equipment being replaced shall meet or exceed the current unit's specifications. 19. Replace Setpoint system temp sensors with new. 20. The system will be set up to utilize the current Delta control system Version 4.2 through S ETPO I NT. Solicitation #B2500035 Page 7 , 21 Systems will maintain the same capabilities as the current unit All piping connections, electncal connections and control connections shall be a part of this contract New equipment must be compatible with the existing SETPOINT budding automation system If additional controls, equipment, and programming are required to be compatible with the existing SETPOINT, building automation system it is the contractor's responsibility, including all associated cost and must be part of the contractors bid 22 Systems will maintain the same capabilities as below Hot Water Boiler & Storage Tank - Points Mixed Domestic Water Supply Temp Domestic Hot Water Supply Temp Hot Water Circulation Pump -1 Status Outside Air Temp Domestic Hot Water Return Temp Emergency Power Off Hot Water Circulation -1 Pump SS Generator Hot Water -1 Enable Generator Hot Water -2 Enable Domestic Hot Water Supply Temp LL Set Point Lead Domestic Hot Water Heater Lag Domestic Hot Water Heater 23 Any modifications to the existing space and or tie ins that may be needed are the contractor's responsibility and must be included with their bid This shall include but not limited to the removal and replacement of walls, doors, or other mechanical or electncal equipment that may -be needed to remove and replace the new equipment as outlined in this request for bid 24 Contractor will perform removal of the old hot water boiler units and storage tanks with installation of new units Which will include proper haul off and disposal of existing units and their contents in a legal and safe manner 25 Work will work will occur during normal business hour Monday thru Fnday 7 00 am to 3 30 Pm Any shutdowns will need to be scheduled and coordinated with Weld County Project Team and may occur during non -business hours, nights weekends, or early mornings to minimize any disruptions to Sheriff's Office staff and inmates 26 Contractor will be responsible for all pipe insulation and jacketing that is disturbed during construction will be required to be replaced with new matenals Newly installed pipe insulation will be installed tightly up to existing pipe insulation with no vapor barrier 27 Contractor is responsible for all electrical scopes of work including but not limited to disconnecting the existing units, modifications for new units and the complete install of all power requirements and connections for the new hot water generators and pumps 28 Contractor is responsible for all mechanical, plumbing connections that may be needed to complete the replacement of the two hot water boiler and storage tanks to a fully operational and functional' system 29 All work shall be coordinated with Weld Facilities Project Team to minimize downtime Different areas of the contracted work may require for work to occur during non -business hours 30 Proper scheduling is required for the install of the new units and is at the sole discretion of the Weld County project manager to determine when the best time for that is Solicitation #B2500035 Page 8 31. Weld County Jail is a secured facility and requires all personnel to submit a background authorization form to the County project manager for submittal to the Weld County Sheriff's office. No person is allowed to perform any work or visit the work area without an approved background check. 32. All other equipment and materials must be staged elsewhere offsite. 33. Contractor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may be needed. 34. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. 35.The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel must clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 36. Weld County Jail systems operate on Delta Controls through SETPOINT and is currently operating on version 4.2. This cost and coordination are the responsibility of the contractor and is to be included in the contractors bid. 37. New equipment must be compatible with the existing SETPOINT building automation system. If additional controls, equipment, and programming are required to be compatible with the existing SETPOINT building automation system, it is the contractor's responsibility, including all associated cost and must be part of the contractors bid. 38. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 39. Contractor is to provide cut sheets and submittals for owner's approval to ensure that the new equipment will meet or exceed the capabilities of the removed units. 40. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities and specifications. 41. Contractor shall provide a 1 -year labor and workmanship warranty, shall have a standard manufacturer's warranty. 42. Contractor will provide a maintenance schedule to ensure compliance with all manufacturer's warranty requirements. 43. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by contractor. 44. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 45. All lifting and hoisting equipment shall be provided by the contractor. 46. The projected contract date is expected to be April 28, 2025. Based on this date, provide an expected start and finish date. 47. Contractor will provide one (1) complete sets of O&M manuals. 48. Contractor will provide all manufacturer's warranty documentation for all equipment. 49. Contractor will provide a detailed report for all craftsmanship and labor warranties. 50. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 51. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. 52. All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. Solicitation #B2500035 Page 9 52 Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started If the contractor does not submit in wnting and receive wntten approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays 53 Any clanfication or information needed from the contractor must be submitted through an RFI for response It is the contractor's responsibility for tracking and maintaining all RFI's An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request 54 RFI's are only to be sent through the County project manager RFI responses will be sent from the County project manager to the construction team Direct submissions to or responses from any'other source will not be permitted If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 55 All damages to building structure and finishes shall be repaired to original condition as a part of this contract 56 Contractor is responsible for all private and public locates 57 Project will be permitted through Weld County Fees for Weld County Building Permit will be waived Any other fees associated with this project will be paid for by the contractor Contractor is responsible for the coordination and scheduling of all inspections that are required The contractor will be responsible for having a qualified representative on site for any inspection 58 All electncal work will be done by a qualified State licensed electrician 59 All plumbing work will be done by a qualified State licensed plumber 60 All mechanical work will be done by a qualified State Licensed technician 61 Any temporary,protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost Any damages occurred will be the contractor's responsibility to repair or replace 62 All lifting and hoisting equipment shall be provided by the contractor as needed 63 Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements 64 No bid bond is required for this project 65 Bids over $50,000 will require a payment (100%) and performance (100%) bond Performance and payment bonds must be submitted using an AIA-A312 bond form Other bond forms will not be accepted 66 Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project 67 All trash and debns to be properly disposed of offsite Due to the space constraints of this project this will need to be done on a regular basis At no time will debns be allowed to accumulate 68 Weld County is a tax-exempt entity 69 Davis -Bacon and Buy Amencan requirements are NOT required Solicitation #B2500035 Page 10 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Pre -Proposal Meeting (Mandatory) Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Completion February 26, 2025 March 12, 2025, at 9:00 am 2110 0 Street Greeley, CO March 19, 2025 by 5:00 PM bids a@weld.gov March 20, 2025 by 5:00 PM March 26, 2025, by 10:00 AM Purchasing's Clock April 14, 2025 April 28, 2025 April 29, 2025 Solicitation #B2500035 Page 11 Schedule D - Bid Response 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 March 26, 2025: 1) Schedule D - Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Item Price Mechanical and Plumbing $ Equipment $ $ Electrical Controls $ Demolition $ Other $ Total Lump Sum Cost $ Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2500035. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Item Entry Solicitation #B2500035 Page 12 Company Name Address Phone Email FEIN/Federal Tax ID # CONTRACTOR By Name Title Date of Signature Solicitation #B2500035 Page 13 Schedule E - Insurance Insurance Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) $ Statutory 100,000 100,000 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence General Aggregate Products/Completed Operations Aggregate Personal/Advertising Injury 1,000,000 2,000,000 2,000,000 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles operating both on County property and elsewhere in the performance of this Contract. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 12. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, its elected officials, trustees, employees, Solicitation #B2500035 Page 14 agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of -liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act All certificates and endorsements are to be received and approved by the County before work commences Each insurance policy required by this Agreement must be in effect at or pnor to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address The project/contract number and project description shall be noted on the certificate of insurance The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time _ Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final Such action will not require a formal contract amendment but may be made by administrative action 13 Additional Insurance Related Requirements The County requires that all policies of insurance be wntten on a pnmary basis, non-contnbutory with any other, insurance coverages and/or self-insurance corned by the County The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured, the insurance carner shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or matenal changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days pnor notice may be given On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits,, cancelled or non -renewed However, in those situations where the insurance' corner refuses to provide notice to County, the Contractor shall Solicitation #62500035 _ Page 15 notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. 14. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above -described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 15. No limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email • Project Manager: Jeremy Duran Email: jduran@weld.gov Telephone: 970-400-2045 Mail: Weld County Facilities Department ATTN: Jeremy Duran PO Box 758 Greeley, CO 80632 Solicitation #B2500035 Page 16 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time, but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for General Services: SERVICE AGREEMENT BETWEEN WELD COUNTY AND [CONTRACTOR] THIS AGREEMENT is made and entered into this day of , 202_, by and between the Board of Weld County Commissioners, on behalf of [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below. Solicitation #B2500035 Page 17 NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1 Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel, and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and ends one year later. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Due to the time needed for County to procure replacement services, Contractor may terminate this Agreement for its own convenience upon ninety (90) days written notice to County. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and Contractor shall deliver to County all completed or partially completed Work under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $ as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will Solicitation #B2500035 Page 18 be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any. shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County; nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees, and subcontractors. 9. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. Solicitation #B2500035 Page 19 10. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc , generated dunng completion of this work Acceptance by,County of reports and incidental matenal(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 11 Insurance. Contractor must secure, before the commencement of the Work, the following insurance covenng all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times dunng the term of the Agreement, or any extension thereof, and dunng any warranty period For all coverages, Contractor's insurer shall waive subrogation rights against County Contractor shall provide coverage with limits of liability no less than those stated below An excess liability policy or umbrella liability policy may be usedlo meet the minimum liability requirements provided that the coverage is written on a "following form" basis Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authonzed to do business in the state of Colorado and with an "A M Best" rating of not less than A -VII The County in no way warrants that the 'above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency Required Types of Insurance. Workers' Compensation and Employer's Liability Insurance' as required by state statute, covenng 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 appropnate sole propnetor waiver form Minimum Limits Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covenng all operations required by the Work The policy shall be endorsed to include the following additional insured language "County, its elected officials, trustees, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor " Such policy shall include Minimum Limits as follows Solicitation #B2500035 Page 20 Each Occurrence General Aggregate Products/Completed Operations Aggregate Personal/Advertising Injury 1,000,000 2,000,000 2,000,000 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned, hired, and non -owned vehicles operating both on County property and elsewhere in the performance of this Contract. Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 16. Proof of Insurance. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a certified copy of the actual insurance policy and/or required endorsements, for examination, effecting coverage(s) required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s) shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete, certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Solicitation #B2500035 Page 21 17 Additional Insurance Related Requirements The County requires that all policies of insurance be wntten on a pnmary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force Commercial General Liability Completed Operations coverage must be kept in effect for up to three (3) years after completion of the project Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project , Certificates of insurance shall state,that on the policies that the County is required to be named as an Additional Insured, the insurance carner shall provide a minimum of 30 days advance wntten notice to the County for cancellation, non -renewal, suspension, voided, or matenal changes to policies required under this Agreement, except when cancellation is for non- payment of premium, then ten (10) days pnor notice may be given On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, orreduction in coverage or limits of any insurance within , seven (7) days or receipt of insurer's notification to that effect The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement ,Failure of the Contractor to fully comply with these requirements dunng the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County The County reserves the nght to negotiate additional specific insurance requirements at the time of the contract award 18 Subcontractor Insurance, Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-descnbed 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 19 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 anse out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own nsks and if it deems appropnate 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 Solicitation #B2500035 Page 22 20 Mutual Cooperation The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery 21 Indemnity. The Contractor shall defend, indemnify, hold harmless and, not excluding the County's nght to participate, defend the County, its officers, officials, agents, and employees, from and against all liabilities, claims, actions, damages, losses, and expenses including without limitation reasonable attorneys' fees and costs (hereinafter referred to collectively as "claims") for bodily injury or personal injury including death, or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Contractor or any of its owners, officers, directors, agents, employees or subcontractors This indemnity includes any claim or amount ansing out of or recovered under the Workers' Compensation law or ansing out of the failure of such contractor to conform to any federal, state, or local law, statute, ordinance, rule, regulation, or court decree It is the specific intention of the parties that County shall, in all instances, except for claims ansing solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims It is agreed that Contractor will be responsible for pnmary loss investigation, defense, and judgment costs where this indemnification is applicable In consideration for the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, its officers, officials, agents, and employees for'losses arising from the work performed by the Contractor for the County 22 Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior wntten approval of County Any attempts by Contractor to assign or transfer its nghts hereunder without such pnor approval by County shall, at the option of County, automatically terminate this Agreement and all nghts of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 23 Examination of Records. To the extent required by law, the Contractor agrees that a duly authonzed 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 24 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, stnkes, war, flood, earthquakes, or Governmental actions 25 Notices. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances a) personal service by a reputable couner 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 wntten notice to the other Notice may be sent Solicitation #B2500035 Page 23 to: TO CONTRACTOR: Name: Position: Address: E-mail: Phone: TO COUNTY: Name: Position: Address: E-mail: Phone: 26. 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. 27. Non -Exclusive Agreement. This Agreement is nonexclusive, and County may engage or u se other Contractors or persons to perform services of the same or similar nature. 28. 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. 29. 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. 30. 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. 31. 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. 32. 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. Solicitation #B2500035 Page 24 33 Mon -Waiver. -No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of the monetary limitations or any of the other immunities, nghts, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§ 24- 10-101 et seq., as applicable now or hereafter amended 34 No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all nghts 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 35 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 36 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 33 No Employment of Unauthorized Aliens - Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U S C A §1324a and (h)(3)) nor enter into a contract,with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages 34. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 35 Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra judicial body or person Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement Solicitation #B2500035 Page 25 CONTRACTOR: By: Name: Title: WELD COUNTY: ATTEST: Weld County Clerk to the Board Date of Signature: BOARD OF COUNTY COMMISSIONERS OF WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Insert Name, Chair Solicitation #B2500035 Page 26 Exhibit B Schedule D - Bid Response 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 March 26, 2025: 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Item Price Mechanical and Plumbing $ 36,750 Equipment $ 87,750 $ 5,750 Electrical Controls $15,750 Demolition $15,750 Other $ 5,250 Total Lump Sum Cost $ 167,000 Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2500035. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Item Entry Solicitation #B2500035 Page 12 Company Name Harper Mechanical Inc Address 4604 Bush Mills Ave Evans Co 80634 Phone 970-539-5535 Email FEIN/Federal Tax ID # rharper@harpermech net 26-1598326 CONTRACTOR By —e7s/41. Name Ron Harper Title Owner 03/26/2025 Date of Signature Solicitation #B2500035 Page 13 Addendum #1 Bid Request Number B2500035 Jail 1 East Hot Water Heater Boilers & Storage Tank Replacement Question & Answers 1. Question: Will contractor be required to build a secure fence on the east side of mechanical room door inside of squirrel cage and will contractor also be required to remove the squirrel cage fence around the exterior mechanical room door prior to corstruction? Answer: Yes, contractor will be responsible for building a temporary secure fence from ground to ceiling on the east side of the mechanical room door inside the squirrel cage using similar materials as the existing squirrel cage that is in place. This will allow for the mechanical room to become afull-time construction site during the entirety of the project. The removal of any fence around the mechanical room will be the responsibility of the contractor for equipment installation. Upon project completion contractor is required to re -weld all areas of caged area that were removed and spray paint fence where new welds were placed with similar color paint (Coordinate paint color with Project Team). Fence and caged area are the responsibility of the contractor to be put back to its original condition upon project completion. 2. Question: Will contractor be responsible for securing the exterior door on the west side of the mechanical room? Answer: Yes, the contractor will be responsible for securing the west side door next to the mechanical room from the outside, with either a 2x4 wood or steel bar. Contractor will be responsible to coordinate this work with Project Team and Weld County Sheriff's office upon start of the construction project. 3. Question: Will restrooms be available during construction? Answer: No, it will be the responsibility of the contractor to supply a porta-john on the back side of the jail during construction. Contractor will be responsible for either staking or weighing down the porta-john down. Coordinate placement with project team. 4. Question: Will there be a place for contractor trash & debris during construction? Answer: No, it will be the responsibility of the contactor to supply their own dumpster during construction. Coordination for placement of the dumpster will need to be coordinated with the Project Team. 5. Question: Will hot water need to be fully functional throughout the construction project? Answer: Yes, contractor will be required to keep one boiler and one hot water storage tank fully operational during the entirety of the project. 6. Question: Will water shutdowns need to be coordinated during off hours, nights, and weekends? Answer: Yes, account for any added costs within bid pricing for possible nights and weekend for water shutdowns. All shutdowns will need to be coordinated with Sheriff's office on the best time to shut down water. 7. Question: Please provide the controls contact information at Setpoint. Answer: Mark Hopp Account Manager Setpoint Systems Corporation 303.733.2300 I Office Ext. 005 303.495.04801 Mobile 800.372.8837 I 24/7 Support www.setpointsystems.com I mhopp@setpointsystems.com 8167 SouthPark Circle, Littleton, Colorado 80120 8. Question: There was mention of putting a semi-permanent/temporary fence directly adjacent to the double man doors to allow us easier access in and out of the boiler room. Is this temp fence our responsibility? If so, what are the requirements for this fence? Answer: See answer and response in question 1 above for temporary fence requirements. 9. Question: Can you please provide the pump data tags for those that were not accessible during the walk? Answer: Hot Water Recirculation pump was 1' Taco Pump. Boiler feed pumps there were two pumps each 2" B&G-Series 100 pumps. 10. Question: The boiler on the right-hand side of the room is not currently on a concrete pad, would you like us to include setting that on a concrete pad? Answer: Please install all boilers on concrete pads, if possible, coordination of boiler placement can be coordinated with Project Team upon installation. 11. Question: In the scope of work it states that the boiler flue would need to be changed out but at the job walk it was stated that the existing single wall could be utilized. Please confirm if the existing single wall can be used in lieu of Name: Ron Harper replacement. Answer: All flue venting to remain the same, single wall to remain as long as venting meets all international mechanical and plumbing codes. 12 Question: Under additional insurance requirements it states "Contractors Professional Liability (Errors and Omissions) policy must be kept in effect for up to three (3) years after completion of the project." The Professional Liability Errors & Omissions isn't listed under required insurance. Is this a requirement? Can an Umbrella be accepted in lieu of $1 million be acceptable? Answer: All requirements are within section "Schedule E" of the bid scope are required. Please refer to Schedule E for all insurance requirements. 13. Question: What is the project schedule /timeline? Schedule C Procurement schedule shows Completion April 29, 2025, is that project completion? Answer: Estimated expected project completion is December 31, 2025. 14. Question: Are any bonds required? Answer: Bids over $50,000 will require a payment (100°/0) and performance (100`)/0) bond. Performance and payment bonds must be submitted using an AIA- A312 bond form. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: Harper Mechanical Inc 03/26/2025 Date of Signature Title: owner March 26, 2025 ii4NAHarper Mechanical Inc. "We Try Harder""We Try Proposal: #1068 Date: 3/26/2025 Attn: Jeremy Duran Company: Weld County Re: Weld County Jail 1 East Hot Water Boilers and Storage Tank Replacement Acknowledge Addendum #1 Drawings: None intJdJs41� Phone: (970) 539-5535 Fax: (970) 888-3674 rharper@harpermech.net www.harpermechanical.com 4604 Bush Mills Ave Evans, Co 80634 Proposal as follows: As the contractor, our bid includes all labor, materials, and equipment necessary for the replacement of the Jail 1 East hot water boiler and storage tank system. This includes demolition of existing systems, installation of new boilers on concrete pads, plumbing and mechanical connections, electrical work, and integration of controls. We will also construct and remove temporary fencing as required, secure access points, provide and maintain a porta- john, and supply our own dumpster for debris removal. One boiler and storage tank will remain operational throughout the project, and all necessary coordination with the Sheriff's Office for off -hours work and water shutdowns is included. Final restoration of fencing and site conditions is also covered in our scope. Specific Exclusions: Electronic Security system wiring for card readers Etc Base Bid $ 167,000.00 NOTE: If this proposal is accepted, Invoicing for equipment and raw materials only will be invoiced upon receipt of approval or PO this is to avoid price escalation within the 30 -day limit of the proposal. quotes will be held for 30 days Terms and Conditions Proposal: This proposal, if accepted as a contract or accepted on any other contract form, incorporates all provisions stated herein. Proposal is valid for a period of 30 days after which ALL PRICING for material and equipment is subject to change based on escalation cost by supplier or vendor. Payment Terms: Payment terms are as stated below, NO PAID WHEN PAID agreements are accepted unless prior agreements have been made. Harper Mechanical Inc. will accept credit card payments for invoices up to but not exceeding $5,000.00, unless otherwise stated in proposal. Small / Specialty projects: Payment terms are Net 10. Payment forms accepted are Credit Card, ACH, or check payment. _X Large Projects / Progressive Payment: Progressive payments as applicable will invoice once monthly on the 15th. Progressive payments are due NET 30 unless prior agreements have been made. Any unpaid balance will be subject to finance charges of 1.75% per month, annual rate of 21% plus court costs and attorney fees. All material is guaranteed to be as specified. All work to be completed in a professional manner, according to industry standards and practices. Any alteration or deviation from above specification involving extra costs will be executed only upon a written change order and will become and extra charge over and above this written estimate. Retainage: Retainage to be paid once Harper Mechanical Inc. and its subcontractors have fully executed their portion of the contract / proposal and final inspections have been made / approved. HMI Retainage payments will not be tied to any other contractors or trades not associated with our contract / proposal. Reasonable Control: HMI shall not be responsible for damage or delay due to considerations beyond its reasonable control, including the availability of material or equipment or other trades not connected to HMI. Substitutions may be required. Additions or deviations shall be considered as a change to the contract. Insurance: HMI agrees to carry sufficient Workmen's Compensation and liability insurance to protect the owner against any claims arising due to the Company's operations. The Accepting Party agrees to provide sufficient insurance to protect the Company against loss of labor, materials or equipment installed in or on the premises. Drawings: All Harper Mechanical Inc Generated drawings for Layout, and or coordination are proprietary to Harper Mechanical Inc and shall not be published or forwarded without prior permission from Harper Mechanical Inc. Harper Mechanical, INC. Printed Name: Ron Harper Date: Acceptance of proposal / Inclusion, Exclusion checklist. The above prices, specifications, and conditions are satisfactory and here hereby accepted. You are authorized to do the work as specified. Payment will be made as outlines above. Signature: Printed Name: Date: Email: rharper agharpermech.net Form (Rev March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www irs gov/FormW9 for instructions and the latest information Give form to the requester Do not send to the IRS Before you begin For guidance related to the purpose of Form W-9, see Purpose of Form, below m3a m a c O e n v o i 5 o` r, ► y H 1 Name of entity/Individual An entry is required (For a sole propnetor or disregarded entity enter the owner's name on line 1, and enter the business/disregarded entity s name on line 2) 2 Busyness name/disregarded entity name, if different from above Hp�llechanecal Inca Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1 Check only one of the following seven boxes Inddual/sole proprietor ❑ C corporation i�1 S corporation ❑ Partnership IllTrust/estate Elm ❑ LLC Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) Note Check the "LLC box above and in the entry space enter the appropriate code (C, S, or P) for the tax classification of the LLC unless it is a disregarded entity A disregarded entity should instead check the appropriate box for the tax classification of its owner ❑ Other (see instructions) 4 Exemptions (codes apply only to certain entities not individuals see instructions on page 3) Exemption from Foreign Account Tax Compliance Act (FATCA) reporting code Of any) 3b If on line 3a you checked ' Partnership" or "Trust/estate," or checked LLC and entered "P' as its tax classification, and you are providing this form to a partnership, trust or estate in which you have an ownership interest check this box if you have any foreign partners, owners, or beneficianes See instructions ❑ (Apples to accounts maintained outside the United States) 5 Address (number, street, and apt or suite no ) See instructions 4604 Bush Mills save Requester s name and address (optional) 6 City, state, and ZIP code Evans, CO 80634 7 List account number(s) here (optional) fZIPLI Taxpayer Identification Number (TIN) Enter your TIN in the appropnate box The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding For individuals, this is generally your social security number (SSN) However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later For other entities, it is your employer identification number (EIN) If you do not have a number, see How to get a TIN, later Note If the account is in more than one name, see the instructions for line 1 See also What Name and Number To Give the Requester for guidelines on whose number to enter Certification or Employer identification number 26 5 3 2 I Under penalties of perjury, I certify that 1 The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2 I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3 I am a U S citizen or other U S person (defined below), and 4 The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct Certification instructions You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have faded to report all interest and dividends on your tax return For real estate transactions, item 2 does not apply For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN See the instructions for Part II, later Sign Isere Signature of U S person Date 02/06/2025 General Instructions Section references are to the Internal Revenue Code unless otherwise noted Future developments For the latest information about developments related to Form W-9 and its Instructions, such as legislation enacted after they were published, go to www. irs gov/FormW9 What's New Line 3a has been modified to clarify how a disregarded entity completes this line An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner Otherwise, it should check the "LLC" box and enter its appropriate tax classification New line 3b has been added to this form A flow -through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which it has an ownership interest This change is intended to provide a flow -through entity with information regarding the status of its Indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3 See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065) Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat No 10231X Form W-9 (Rev 3-2024) A C C)Ria CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYY1) 02/05!2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement A statement on this certificate does not confer nghts to the certificate holder In lieu of such endorsement(s) PRODUCER Brown & Brown Insurance Services, Inc 4532 Boardwalk Dr, Suite 200 Fort Collins CO 80525 NAMECONTACT Nikki Nicholas PHONE (970) 482-7747 I FAx (970) 484-4165 (AIC, No, Ezt) (A!C No) ADDRE MAILESS Nikki Nicholas@bbrown com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A Westfield Premier Insurance Company 16450 INSURED Harper Mechanical Inc , Harper Enterpnses Inc 4604 Bush Mills Ave Evans CO 80634-9158 INSURER B Pinnacol Assurance 41190 INSURER C INSURER D INSURER E INSURER, CERTIFICATE NUMBER 24-25 Master Cert REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR,MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY JCLAIMS -MADE ® OCCUR 5500473 10/01/2024 10/01/2025 EACH OCCURRENCE $ 1 000 000 PREM SESO(Ea occurrence) $ 1,000 000 MED EXP (Any one person) $ 10,000 PERSONAL „Dv iNJURY $ 1,000,000 I GENERAL AGGREGATE $ 2 000 000 GEN LAGGREGATE LIMIT APPLIES PER ❑ O ❑ ILOC - POLICY JEPRCT OTHER PRODUCTS COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE LIABILITY X ANY AUTO OWNED _ AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NONOWNED AUTOS ONLY 5500473 10/01/2024 10/01/2025 CEaOMBINED SINGLE LIMIT (aa:ident) $ 1 000 000 BODILY INJURY (Per person) $ BODILY INJURY (Per acadent) $ PRengjYDAMAGE (Per acadent) $ Medical payments $ 5,000 A X UMBRELLA LIAB EXCESS LAB OCCUR CLAIMS MADE 5500473 10/01/2024 10/01/2025 EACH OCCURRENCE 0 $ 3'00000 AGGREGATE $ 3'000'000 $ DED I ^I RETENTION $ 0 1 B WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y/N 'CZ MI PRIETORPEVLNER/EXECUTIVE O in N E) EXCLUDED (Mandatory m NH) (Mandatory If yes descnbe under DESCRIPTION OF OPERATIONS below NIA 4169725 10/01/2024 10/01/2025 Xl STATUTE I I EDR� EL EACH ACCIDENT 1,000,000 $ E L DISEASE EA EMPLOYEE $ 1 000 000 E L DISEASE POLICY LIMIT 1,000 000 $ A Leased/Rented Equipment i 5500473 10/01/2024 10/01/2025 Limit Per Item Limit $100 000 $50 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarlcs Schedule, may be attached if more space Is required) I I CERTIFICATE HOLDER CANCELLATION I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN FOR INFORMATIONIPURPOSES ONLY ACCORDANCE WITH THE POLICY PROVISIONS AUTHORIZED REPRESENTATIVE I '\W�' ACORD 25 (2016/03) ©13884015 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD AC R® ®® CERTIFICATE OF LIABILITY INSURANCE GATE (MM/DDlYYY1� 04/24/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS 'CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES 'BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder IS an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement A statement on this certificate does not confer nghts to the certificate holder in lieu of such endorsement(s) PRODUCER Brown & Brown Insurance Services Inc 4532 Boardwalk Dr, Suite 200 Fort Collins CO 80525 CONTACT Nikki Nicholas NAME A//CNN , Ext) (970) 482-7747 11a No) (970) 484-4165 ADDE MAILRESS Nikki Nicholas@bbrown com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA Westfield Premier Insurance Company 16450 INSURED Harper Mechanical, Inc , Harper Enterpnses Inc 4604 Bush Mills Ave Evans CO 80634-9158 INSURER B Pinnacol Assurance 41190 INSURER C INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER 24-25 Master Cert REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL SUBR INSD WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) OLICY EXP (MMIDDA, ;WA,' LIMITS A X COMMERCIAL GENERAL LIABILITY v CLAIMS -MADE /i OCCUR 5500473 10/01/2024 10/01/2025 EACH OCCURRENCE $ 1,000000 DAMAGETORENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 10 000 PERSONAL&ADviNJURY $ 1,000000 GENERAL AGGREGATE $ 2'000'000 GEN LAGGREGATE LIMIT APPLIES PER _ POLICY OjECT LOC OTHER PRODUCTS COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE UABIUTY _ X ANY AUTO OWNED _ AUTOS ONLY HIRED _ AUTOS ONLY SCHEDULED AUTOS NONOWNED AUTOS ONLY 5500473 10/01/2024 10/01/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) 5 BODILY INJURY (Per accident) $ PReCr) YDAMAGE (Per accident) $ Medical payments $ 5,000 A X UMBRELLA U. EXCESSLIIAB OCCUR CLAIMS MADE 5500473 10/01/2024 10/01/2025 EACH OCCURRENCE $ 3'000 000 AGGREGATE $ 3'000 000 5 � DED I �I RETENTION $ 0 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE E OFFICERrMEMBER EXCLUDED (MandatorymNH) Dyes descnbe under DESCRIPTION OF OPERATIONS below N/A 4169725 - 10/01/2024 10/01/2025 XI STATUTE I I (24" - EL EACH ACCIDENT $ 1 000 000 EL DISEASE - EA EMPLOYEE $ 1,000 000 E L DISEASE POLICY LIMIT 5 1 000,000 A Leased/Rented Equipment 5500473 10/01/2024 10/01/2025 Limit Per Item Limit $100 000 $50,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Weld County, its elected officials, employees, agents, and volunteers are additional insureds with respects to the General Liability policy Waiver of Subrogation is Included All policy terms conditions and exclusions apply CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Weld County ACCORDANCE WITH THE POLICY PROVISIONS 1150 O Street AUTHORIZED REPRESENTATIVE Greeley I CO 80631 K\00,„ NI.,...I.A.a. ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION All nghts reserved The ACORD name and logo are registered marks of ACORD Bona No. ryuvc7wwu Irs Init. Document A312 TM — 201 Performance Bond CONTRACTOR: (Name, legal status and address) Harper Mechanical Inc 4604 Bush Mills Avenue Greeley, CO 80634 OWNER: (Name, legal status and address) Weld County, Colorado 1301 North 17th Avenue Greeley, CO 80631 SURETY: (Name, legal status and principal place of business) Accelerant National Insurance Company 400 Northridge Road, Suite 800 Sandy Springs, GA 30350 CONSTRUCTION CONTRACT Date: 5/7/2025 Amount: one hundred sixty-seven thousand dollars ($167,000.00) Description: (Name and location) Weld County Jail 1 East Hot Water Generator & Storage Tank Replacement BOND Date: 5/20/2025 (Not earlier than Construction Contract Date) Amount: one hundred sixty-seven thousand dollars ($167,000.00) Modifications to this El None ❑ See Section 16 Bond: CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Harper Mechanical Inc Accelerant National Insurance Company Signature: Signature: Name Name Alexis Ryder and Tide. and Title: Attorney -in -fact (Any additional signatures appear on the last page of this Performance Bond.) (FO1? INFORMATION ONLY — Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or other party.) Brown & Brown 601 SW 2nd Avenue, Suite 1200 Portland, OR 97204 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. AIA Document A312-2010 combines two separate bonds, a Performance Bond and a Payment Bond, into one form. This is not a single combined Performance and Payment Bond. MA Document A312". — 2010. The American Institute of Architects. 081110 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. § 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except when applicable to participate in a conference as provided in Section 3. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default. Such notice shall indicate whether the Owner is requesting a conference among the Owner, Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference, the Surety may, within five (5) business days after receipt of the Owner's notice, request such a conference. If the Surety timely requests a conference, the Owner shall attend. Unless the Owner agrees otherwise, any conference requested under this Section 3.1 shall be held within ten (10) business days of the Surety's receipt of the Owner's notice. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reasonable time to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default, terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. § 4 Failure on the part of the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations, or release the Surety from its obligations, except to the extent the Surety demonstrates actual prejudice. § 5 When the Owner has satisfied the conditions of Section 3, the Surety shall promptly and at the Surety's expense take one of the following actions: § 5.1 Arrange for the Contractor, with the consent of the Owner, to perform and complete the Construction Contract; § 5.2 Undertake to perform and complete the Construction Contract itself, through its agents or independent contractors; § 5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Construction Contract, arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of the Contractor Default; or § 5.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: .1 After investigation, determine the amount for which it may be liable to the Owner and, as soon as practicable after the amount is determined, make payment to the Owner; or .2 Deny liability in whole or in part and notify the Owner, citing the reasons for denial. § 6 If the Surety does not proceed as provided in Section 5 with reasonable promptness, the Surety shall be deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Section 5.4, and the Owner refuses the payment or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. § 7 If the Surety elects to act under Section 5.1, 5.2 or 5.3, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the AIA Document A312. —2010. The American Institute of Architects. 2 Surety shall not be greater than those of the Owner under the Construction Contract. Subject to the commitment by the Owner to pay the Balance of the Contract Price, the Surety is obligated, without duplication, for .1 the responsibilities of the Contractor for correction of defective work and completion of the Construction Contract; .2 additional legal, design professional and delay costs resulting from the Contractor's Default, and resulting from the actions or failure to act of the Surety under Section 5; and .3 liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual damages caused by delayed performance or non-performance of the Contractor. § 8 If the Surety elects to act under Section 5.1, 5.3 or 5.4, the Surety's liability is limited to the amount of this Bond. § 9 The Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs, executors, administrators, successors and assigns. § 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 11 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever occurs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. § 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 14 Definitions § 14.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. § 14.2 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. § 14.3 Contractor Default. Failure of the Contractor, which has not been remedied or waived, to perform or otherwise to comply with a material term of the Construction Contract. § 14.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 14.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 15 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 16 Modifications to this bond are as follows: Init. AIA Document A312. — 2010. The American Institute of Architects. 3 POWER OF ATTORNEY Accelerant National Insurance Company Accelerant National Insurance Company, a corporation duly organized under the laws of the State of Delaware and having its principal administrative office in Sandy Springs, Georgia, does hereby make, constitute and appoint: John Ecard Genet, Jr., Alexis Ryder, Nicholas Benenati as its true and lawful attorney -in -fact, each in their separate capacity, with full power and authority to execute, acknowledge, seal and deliver on its behalf as surety any bond or undertaking of $10,000,000 or less. This Power of Attorney is void if used for any bond over that amount. This Power of Attorney is granted under and by authority of the following resolution(s) adopted by the Board of Directors of Accelerant National Insurance Company on December 12, 2023: NOW, THEREFORE, IT IS HEREBY RESOLVED, that that the President, CEO or any Vice -President, Secretary or Assistant Secretary shall be and is hereby vested with full power and authority to appoint suitable persons as Attorney -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on the behalf of the Company, to execute, acknowledge and deliver any and all bonds, contracts, or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any all notices and documents cancelling or terminating the Company's liability thereunder and any such instruments so executed by any Attorney -in Fact shall be binding upon the Company as if signed by the President and sealed by the Corporate Secretary; and further RESOLVED, that the signature of the President, CEO, any Vice -President, Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney, and the signature of the Secretary or any Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of such power, or any such power or certificate bearing such facsimile signature or seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed with respect to any bond to which it is attached continues to be valid and binding upon the Company. IN WITNESS WHEREOF, the Company has caused this instrument t be signed and its corporate seal to be hereto affixed. ��ottt �•���Ol.1.'!!.Y.VSG'�'. 'SEAL [SEAL] n [SEAL] Z : ^' - Randall S. Gregg, Assistant Secretary 3 State of Tennessee County of Davidson On this 13th day of September, 2024, before me, a notary public, personally appeared, Randall S. Gregg, Assistant Secretary of Accelerant National Insurance Company, who proved tome on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under the PENALTY of PERJURY under the laws of the State of Tennessee that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ^•Ww 4.•STATE • TENNESSEE'��_ NOTARY PUBLIC; — Canmission Notary G�v`�. I, Randall S. Gregg, Assistant Secretary of Accelerant National Insurance Company, do hereby certify that the above and foregoing is true and correct copy of a Power of Attorney, executed by said company, which is still in full force and effect; furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney is in full force and effect. In Witness Where f, I have hereunto set my hand and affixed the seal of said Company this 13th day of September, 2024. Randall S. Gregg, Assistant Secretary Attached to bond signed this May 20, 2025 (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address CAUTION: You should sign an original AIA Contract Document, on which this text appears in RED. An original assures that changes will not be obscured. Init. AIA Document A312"" — 2010. The American Institute of Architects. 4 Bond No. N00295U500199 Document A312 2010 Payment Bond Init CONTRACTOR: (Name, legal status and address) Harper Mechanical Inc 4604 Bush Mills Avenue Greeley, CO 80634 OWNER: (Name, legal status and address) Weld County, Colorado 1301 North 17th Avenue Greeley, CO 80631 CONSTRUCTION CONTRACT Date: 5/7/2025 SURETY: (Name, legal status and principal place of business) Accelerant National Insurance Company 400 Northridge Road, Suite 800 Sandy Springs, GA 30350 Amount: one hundred sixty-seven thousand dollars ($167,000.00) Description: (Name and location) Weld County Jail 1 East Hot Water Generator & Storage Tank Replacement BOND Date: 5/20/2025 (Not earlier than Construction Contract Date) Amount: one hundred sixty-seven thousand dollars ($167,000.00) Modifications to this ® None ❑ See Section 18 Bond: CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Harper Mechanical Inc J Signatur. ��-/-C Signature: Name J Name Alexis Y and Title: and Title: Attorney -in -fact (Any additional signatures appear on the last page of this Payment Bond.) SURETY Company: (Corporate Seal) Accelerant National Insurance Company (FOR INFORMATION ONLY— Name, address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or other party.) Brown & Brown 601 SW 2nd Avenue, Suite 1200 Portland, OR 97204 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. AIA Document A312-2010 combines two separate bonds, a Performance Bond and a Payment Bond, into one form. This is not a single combined Performance and Payment Bond. AIA Document A312n — 2010. The American Institute of Architects. 061110 5 § 1 The Contractor and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the performance of the Construction Contract, which is incorporated herein by reference, subject to the following terms. § 2 If the Contractor promptly makes payment of all sums due to Claimants, and defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, then the Surety and the Contractor shall have no obligation under this Bond. § 3 If there is no Owner Default under the Construction Contract, the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety (at the address described in Section 13) of claims, demands, liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor, materials or equipment furnished for use in the performance of the Construction Contract and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety. § 4 When the Owner has satisfied the conditions in Section 3, the Surety shall promptly and at the Surety's expense defend, indemnify and hold harmless the Owner against a duly tendered claim, demand, lien or suit. § 5 The Surety's obligations to a Claimant under this Bond shall arise after the following: § 5.1 Claimants, who do not have a direct contract with the Contractor, .1 have furnished a written notice of non-payment to the Contractor, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were, or equipment was, furnished or supplied or for whom the labor was done or performed, within ninety (90) days after having last performed labor or last furnished materials or equipment included in the Claim; and .2 have sent a Claim to the Surety (at the address described in Section 13). § 5.2 Claimants, who are employed by or have a direct contract with the Contractor, have sent a Claim to the Surety (at the address described in Section 13). § 6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor, that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. § 7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2, whichever is applicable, the Surety shall promptly and at the Surety's expense take the following actions: § 7.1 Send an answer to the Claimant, with a copy to the Owner, within sixty (60) days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed; and § 7.2 Pay or arrange for payment of any undisputed amounts. § 7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim, except as to undisputed amounts for which the Surety and Claimant have reached agreement. If, however, the Surety fails to discharge its obligations under Section 7.1 or Section 7.2, the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. § 8 The Surety's total obligation shall not exceed the amount of this Bond, plus the amount of reasonable attorney's fees provided under Section 7.3, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. § 9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims, if any, under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond, subject to the Owner's priority to use the funds for the completion of the work. Init AIA Document A3121. — 2010. The American Institute of Architects. 6 § 10 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. The Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond, and shall have under this Bond no obligation to make payments to, or give notice on behalf of, Claimants or otherwise have any obligations to Claimants under this Bond. § 11 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. § 12 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date (1) on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2, or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. § 13 Notice and Claims to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. Actual receipt of notice or Claims, however accomplished, shall be sufficient compliance as of the date received. § 14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. § 15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. § 16 Definitions § 16.1 Claim. A written statement by the Claimant including at a minimum: .1 the name of the Claimant; .2 the name of the person for whom the labor was done, or materials or equipment furnished; . 3 a copy of the agreement or purchase order pursuant to which labor, materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description of the labor, materials or equipment furnished; .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor, materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant; and . 8 the total amount due and unpaid to the Claimant for labor, materials or equipment furnished as of the date of the Claim. § 16.2 Claimant. An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equipment for use in the performance of the Construction Contract. The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located. The intent of this Bond shall be to include without limitation in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. § 16.3 Construction Contract. The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and all changes made to the agreement and the Contract Documents. Init. AIA Document A312*" —2010. The American Institute of Architects. 7 § 16.4 Owner Default. Failure of the Owner, which has not been remedied or waived, to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. § 16.5 Contract Documents. All the documents that comprise the agreement between the Owner and Contractor. § 17 If this Bond is issued for an agreement between a Contractor and subcontractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. § 18 Modifications to this bond are as follows: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address Address CAUTION: You should sign an original AIA Contract Document, on which this text appears in RED. An original assures that changes will not be obscured. Init. AIA Document A3121. — 2010. The American Institute of Architects. 8 POWER OF ATTORNEY Accelerant National Insurance Company Accelerant National Insurance Company, a corporation duly organized under the laws of the State of Delaware and having its principal administrative office in Sandy Springs, Georgia, does hereby make, constitute and appoint: John Ecard Genet, Jr., Alexis Ryder, Nicholas Benenati as its true and lawful attorney -in -fact, each in their separate capacity, with full power and authority to execute, acknowledge, seal and deliver on its behalf as surety any bond or undertaking of $10,000,000 or less. This Power of Attorney is void if used for any bond over that amount. This Power of Attorney is granted under and by authority of the following resolution(s) adopted by the Board of Directors of Accelerant National Insurance Company on December 12, 2023: NOW, THEREFORE, IT IS HEREBY RESOLVED, that that the President, CEO or any Vice -President, Secretary or Assistant Secretary shall be and is hereby vested with full power and authority to appoint suitable persons as Attorney -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on the behalf of the Company, to execute, acknowledge and deliver any and all bonds, contracts, or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any all notices and documents cancelling or terminating the Company's liability thereunder and any such instruments so executed by any Attorney -in Fact shall be binding upon the Company as if signed by the President and sealed by the Corporate Secretary; and further RESOLVED, that the signature of the President, CEO, any Vice -President, Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney, and the signature of the Secretary or any Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of such power, or any such power or certificate bearing such facsimile signature or seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed with respect to any bond to which it is attached continues to be valid and binding upon the Company. IN WITNESS WHEREOF, the Company has caused this instrument t be signed and its corporate seal to be hereto affixed. [SEAL] SEAL' �T� Randall S. Gregg, Assistant Secretary .O 1994 �, c ;,mob•....•••.... State of Tennessee County of Davidson On this 13th day of September, 2024, before me, a notary public, personally appeared, Randall S. Gregg, Assistant Secretary of Accelerant National Insurance Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under the PENALTY of PERJURY under the laws of the State of Tennessee that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ���"""' 4...' tTATE W'TENNESSEE .NOTARY PUBLIC; — - � My Commission %�'• ireson �� j•• Expires 412028. J� ` �., OS�N •Cp `�. Notary I, Randall S. Gregg, Assistant Secretary of Accelerant National Insurance Company, do hereby certify that the above and foregoing is true and correct copy of a Power of Attorney, executed by said company, which is still in full force and effect; furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney is in full force and effect. In Witness Where f, I have hereunto set my hand and affixed the seal of said Company this 13th day of September, 2024. Randall S. Gregg, Assistant Secretary Attached to bond signed this May 20, 2025 Contract Form Entity Information Entity Name* HARPER MECHANICAL INC Entity ID* ')00044984 Contract Name* )AIL 1- EAST BOILER AND STORAGE TANK REPLACEMENT Contract Status CTB REVIEW U New Entity? Contract ID 9402 Contract Lead* CNAIBAUER Contract Lead Email cnaibauergweld.gov Contract Description* REPLACE DOMESTIC HOT WATER BOILER AND STORAGE TANKS FOR .JAIL 1 -EAST Contract Description 2 Contract Type* CONTRACT Amount* $167,000.00 Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weld.go v Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM - C O U N TYATTO R N EY'LIW E L D.GOV Requested BOCC Agenda Date* 05 07 2025 Parent Contract ID Requires Board Approval YES Department Project # Due Date 05/03/2025 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head PATRICK O'NEILL DH Approved Date 05/01 2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05/07/2025 Review Date* 07/31 /2025 Committed Delivery Date Contact Type Contact Email Finance Approver CHERYL PATTELLI Renewal Date Expiration Date* 07/31 /2025 Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 05/02/2025 Tyler Ref # AG 050725 Originator CNAIBAUER Legal Counsel BYRON HOWELL Legal Counsel Approved Date 05/05 '2025 April 8, 2025 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: B2500035 Jail 1 East Hot Water Boilers & Storage Tank Replacement As advertised as bid for installation of new boilers & hot water storage tanks at the Weld County Jail located 2110 O Street, Greeley Colorado. The low bid is from Harper Mechanical Inc. and meets specifications. Therefore, the Facilities Department recommends the award to services to Harper Mechanical Inc. In the amount of $167,000. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director unU 2625 -Onto B C 002-7 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett(a,weld.00v cgeisertaweld.gov ttavloraweld.dov Phone: 970-400-4222, 4223 or 4454 DATE OF BID: MARCH 26, 2025 REQUEST FOR: JAIL 1 EAST HOT WATER BOILERS & STORAGE TANK REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2500035 PRESENT DATE: MARCH 31, 2025 APPROVAL DATE: APRIL 14, 2025 VENDOR AMOUNT Harper Mechanical Inc. 4604 Bush Mills Avenue Evans, CO 80634 FRPHI Hydronics, LLC 2406 W. 11th Street Pueblo, CO 81003 Maddison Mechanical Inc. 4161 Mulligan Street Mead, CO 80504 Air -Systems Engineering, Inc. 6809 Willow Vista Court Loveland, CO 80537 Top Notch Plumbing LLC 3005 W. 29th Street, Unit D Greeley, CO 80631 Design Mechanical, Inc. 312 CTC Boulevard Louisville, CO 80027 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. $167,000.00 $234,565.00 $262,400.00 $304,398.55 $357,558.00 LATE B I D 2025-0886 3/31 b613071 Hello