Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20223005.tiff
Ctrr C+ (Dk# vi I PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND SYNENERGY, LLC CENTENNIAL CENTER HVAC DESIGN & ENGINEERING SERVICES THIS AGREEMENT is made and entered into this 4'mday of JQYI UA,� , 202S by and between the Board of Weld County Commissioners, on behalf of the Facilitie Department, hereinafter referred to as "County," and SynEnergy, LLC, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2200140. Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one, year. This Agreement may be Coviswl-Acyrithk. C( /04123 1/4,/.2& Zo22-3005 Qei 002} extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 2 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 $51,139.42 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained 3 and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of 4 the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. 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. 5 d. Limitation of Liability. The insurance coverages specified in this Agreement are the minimum requirements. This agreement limits the contractor's liability to 10x the contract value. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of 6 God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Ishimine (Mina) McCullom Position: President & CEO Address: 788 W. 8th Ave. Suite #200 Address: Denver, CO. 80204 E-mail: mina.mccullom@synenergyllc.com Phone: 720-443-5129 TO COUNTY: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80634 E-mail: ttaylor@weldgov.com Phone: 970-400-2020 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, 7 representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 8 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies_ of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined' the legalstatus of such employee and shall comply with all of the other requirements of the "State of Ei b k stal co program. If Contractor fails to comply with any requirement of this provision or* ;C I '. 00-17.5-101 et seq., County, may terminate this Agreement for breach, and if so teriminat cI. C"o ttyactorshall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 9 Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: SynEnergy, LLC By: U Name: Piotr Dewicki Title: CFO 12/16/2022 Date of Signature WELD COi Y: Ais ATTEST:�j�i Wel County Clerk to the Board B m.u) Deputy Clerk to the Board 10 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike FreemaF, Chair JAN 0 4 2023 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 0 STREET GREELEY, CO 80631 DATE: SEPTEMBER 14, 2022 BID NUMBER: B2200140 DESCRIPTION: DESIGN & ENGINEERING SERVICES FOR CENTENNIAL CENTER HVAC DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: SEPTEMBER 28, 2022 BID OPENING DATE: OCTOBER 12, 2022 1. NOTICE TO BIDDERS: The Board of Count/ Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as "Weld County"), wishes to purchase the following: DESIGN & ENGINEERING SERVICES FOR CENTENNIAL CENTER HVAC A mandatory pre -bid conference will be held on September 28, 2022 at 1:00 PM at the Centennial Center located at 915 10th Street, Greeley. CO 80631. Meet in the courtyard in front of the main entrance to Plaza South. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: October 12, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on October 12, 2022 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 Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 767 051 076# PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals; addendums, and awards on this one centralized system. Did Delivery to Weld County: 1. Emailed bids are required. Email bids to bids@weldgov.com; however, if your bids exceeds 25MB please upload your bid to https://www.bidnetdirect.corn. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative; followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," 'agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2200140 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting it red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to G.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2200140 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex. age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore. this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder. by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld BID REQUEST #82200140 Page 4 County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war. flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful BID REQUEST #B2230140 Page 5 bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense. any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, o missions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or o missions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, o r on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, e mployees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. BID REQUEST #B2200140 Page 6 Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall inc ude all such subcontractors, independent Contract Professionals, sub -vendors suppliers BID REQUEST #B2200140 Page 7 or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2200140 Page 8 SCOPE OF WORK Weld County Centennial Center HVAC Design and Engineering Services OVERVIEW: Weld County is seeking Design and Engineering services bids for two projects at the Weld County Centennial Center at 915 10th Street, Greeley Colorado. The design and engineering needs for each project are as noted below. METHOD OF PROCUREMENT: Request for Bid (RFS): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. SCOPE OF WORK 1. Weld County Centennial Center: a. Data Center, Weld County is needing design services to engineer a downflow back up cooling system, into the existing and operating data center in Plaza South. b. Condenser Replacement, Weld County is needing design services to engineer and assist in the replacement of two (2) of the existing Carrier condensing units and all associated connections/controls into the existing Carrier air handlers. These units are on the roof and tie into the third -floor mechanical room at Plaza West. 2. Weld County has a copy of the drawings from the original design in PDF but does not have a Computer -Aided Design (CAD) version of the drawings. 3. Consultant shall provide stamped drawings and engineering documents for each of the scopes described above. These documents and specifications will be used for Weld County to seek bids for the procurement and install of designed equipment and systems. 4. Consultant will provide construction administration including answering questions during the bid process, responding to Request for Information (RFI) during construction and providing punch list inspections. 5. Consultant will be responsible for reviewing existing conditions and systems to best determine what is needed to accomplish the designated task(s). 6. New equipment shall be sized and designed to meet the needs of the spaces in which they serve. 7. All piping and electrical requirements shall be a part of this contract and be all inclusive of a fully operational system and or systems as needed for each space. 8. Consultant shall verify what control systems are being utilized for each piece of equipment and design shall include provisions to maintain current control functions on new equipment. 9. Consultant shall verify existing structure will support weights of new equipment and provide information in the bid documents for getting old equipment out of the building and new equipment in. This may entail structural engineering and will be included in this price. BID REQUEST #B2200140 Page 9 10. There is no current balance or testing reports for either building. Consultant will be recuired to gather any and all information and or data needed. 11. Consultant is required to verify that any new design and or equipment meets the needs and functions of the building. Including but not limited to decibel levels of equipment when running as to not interfere with normal day to day operations and or employees that work in each of these buildings. DATA AND INFORMATION REVIEW: The consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute this scope of work. The consultant shall be responsible for: 1. Familiarizing themselves with applicable local, state, and federal regulations. 2. Weld County will provide copies existing plans, as needed, on a per project basis. Computer -Aided Design (CAD)/AutoCAD copies of plans are typically NOT available. 3. Working with County personnel and attending a weekly design meeting in person at tt-e Weld County Facilities building at 1105 H Street, Greeley Colorado. At a minimum this will be through the design phase until complete and three meetings throughout the completion of the projects. This does not include and is in addition to the debriefing as mentioned below with the County project team. PROJECT SUMMARY AND REPORT: Upon completion of construction work, the Consultant shall prepare final as built of the Project. 1. Provide to Weld County one (1) set of hardcopies, one (1) set of PDF documents and cne (1) set AutoCAD files of the as built documents. 2. Conduct a post -meeting debriefing discussion with the County Project Team. USE OF SUB CONSULTANTS: The consultant shall indicate in their bid any work intended to be performed by sub -consultants or persons outside of their firm. The consultant shall name the sub -consultants, if known, at the time of bid submittal. QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following: • The consultant(s) must have Architect(s)/Engineer(s) current State license(s). • Must carry Professional Liability Insurance (PLI), also referred to as Professional Indemnity Insurance (P11) but more commonly known as Errors & Omissions (E&O) BID REQUEST #B2200140 Page 10 BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below. As time is of the essence, brevity is appreciated. Consultants should provide only the information requested, and present it in a clear, concise manner. Incomplete bids may be rejected. A. Signed SIGNATURE PAGE of this RFB B. Brief summary of the proposal, including Statement of Understanding showing familiarity with the Scope of Work C. Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including: 1) Identify who will act as the primary contact person to Weld County for this project. 2) List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer. D. Proposed Project Schedule 1) Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly. 2) Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. E. Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet. 1) Include the name of the sub -consultant and a statement of qualifications of the sub - consultant. AWARD AND AGREEMENT: A Sample of Weld County's "Professional Services Agreement" is included with this Request for Bid and posted on the web site. It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your bid. The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests. BID REQUEST #B2200140 Page 11 SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion PROPOSED DATES: September 14, 2022 September 14, 2022 September 28, 2022 October 5, 2022 October 12, 2022 October 31, 2022 November 14, 2022 January 16, 2023 Please provide proposed start and completion dates based on contract execution being November 14, 2022, for this project. FEES: Provide complete cost for the base bid. START DATE COMPLETION DATE BASE BID: $ BID REQUEST #B2200140 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on October 12, 2022: 1) Pages 9 thru 14 of the Bid Specifications. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid, it may be disqualified. BID REQUEST #B2200140 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisi Dns set forth in the Request for Bid No. #B2200140. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County. together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in tie bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 -- 8. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE. Elected Official or Department Head Controller PSRFB0922 BID REQUEST #B2200140 Page 14 ADDENDUM#1 BID REQUEST NO. B2200140 Centennial Center Design and Engineering for HVAC Currently: 1. Current RFB and Prebid Meeting did not identify the need to design an emergency portable generator electrical transfer switch to an exterior receptacle. This additional design scope discovered after the pre - bid meeting on September 28, 2022. 2. Original RFB due date was October 12, 2022, at IOam (Weld County Purchasing Time Clock) Change: 1. Provide design for new exterior power receptacle for portable generator connection to the building. This is for redundancy in the case of power failure to the building and failure of the Emergency backup generator occur at the same time. This would allow for a portable generator to be plugged into the building emergency power system. Due to this additional request, there will be an optional secondary pre -bid meeting on October 14, 2022, at 10am. We will meet again at the main entrance to Centennial Center Plaza South. Only those who attended the original pre -bid meeting on September 28, 2022, will be allowed to attend the secondary pre -bid meeting. 2. New Bid Due Date, due to additional design scope and specifications. Bids due October 27, 2022, by 9am (Weld County Purchasing Time Clock). Please see below for the remainder of the revised anticipated schedule. Conference call info to remain the same. Date of this Bid September 14, 2022 Advertisement Date September 14, 2022 Pre -bid conference September 28, 2022 Bid Questions Due October 5, 2022 Secondary Pre -bid Conference October 14, 2022 Secondary Bid Questions Due October 19, 2022 Bids Are Due (Revised) October 27, 2022 Bid Award Notice (Revised) November 14, 2022 Contract Execution (Revised) November 28, 2022 Project completion January 16, 2023 ***We need a signed copy submitted with the bid. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL October 10, 2022 Carolyn Geisert Design & Engineering Services m Weld County B2200140 YnEnRergy October 27th, 2,022 TABLE OF CONTENTS A. SIGNATURE PAGE B. STATEMENT OF UNDERSTANDING T TEA ED PROTECT SCNED E. SUB -CONSULTANTS SynEnergy Weld County Facilities Carolyn Geisert cgeisert@weldgov.vom Greeley, CO Re: B2200140 - Design & Engineering Services for Centennial Center HVAC Dear Weld County Facilities: We are excited to provide you with SynEnergy's team qualifications for the Design & Engineering Services for Centennial Center HVAC RFB. We have read the RFB and all the addenda for this solicitation. SynEnergy has worked on multiple data center projects including the Google Campus in Boulder, Colorado. Every Team Member Has Data Center Experience Design team members have worked on various Data Center projects, making us intimately familiar with the requirements, expedited timelines, phasing, and scales of projects within this sector. Our experience and knowledge will facilitate a smooth review process. DBE and M/WBE Team SynEnergy is certified DBE from the state of Colorado. We are also a 100% women -owned and 100% minority -owned firm; M/WBE certified with the City and County of Denver (CCD). Although neither are requirements for this project to commence, we believe it would be a great value to Weld County and the community. Proposed Sub -Consultants Our proposed team is well positioned to execute this contract in a cost effective manner due to our streamlined processes and lessons learned from past projects within the data center sector and large infrastructure projects. SynEnergy will Prime this project as a Mechanical/ Electrical/ Plumbing (MEP) engineering firm and manage the design team. Our sub -consultant consists of the following: Integral Engineering Co. -Structural Engineering Integral Engineering is DBE certified from the state of Colorado and M/WBE certified with the City and County of Denver (CCD). We worked on multiple large infrastructure projects together. We have a strong foundation working together and successfully completing projects. 02200140 - Design & Engineering Services for Centennial Center HVAC Svtagrg Cost Savings & Project Effectiveness Our team will utilize a hybrid approach incorporating both mid -level and senior staff for task orders. A senior- level architect or engineer will provide project approach, guidance, QA/QC and mentorship. Mid -level staff will be assigned to work on calculations (such as load calculations) and BIM REVIT modeling/ or AutoCAD - while the senior staff monitors their work. We avoid overloading projects or task orders with senior level personnel at higher hourly rates; this improves efficiency and keeps costs down. We believe our team's capabilities and experience present an outstanding value to Weld County. You have my commitment to providing you professionalism, leadership and collaborating with Weld County to make this Centennial Center project a success! I am available to answer any inquires anytime of day. Sincerely, Mina (Ishimine) McCullom, PE, CEM President & CEO O: 720-443-5129 I C: 323-493-4249 I E: Mina.McCullom@SynEnergyLLC.com A: 788 W 8th Ave. Suite 200 Denver, CO 80201 82200140 - Design & Engineering Services for Centennial Center HVAC SIGNATUF 'AGE SynEnergy The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2200140. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM SynEnergy, LLC BUSINESS ADDRESS 788 W 8th Ave, Suite 200 BY Ishimine (Mina) McCullom (Please print) DATE 10/26/2022 CITY, Denver STATE, CO ZIP 80204 CODE TELEPHONE No 720-443-5129 FAX TAX ID # 27-4564191 SIGNATURE E-MAIL Mina.McCullom@SynEnergyLLC.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 — 8. ATTEST: Weld County Clerk to the Board BY BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0922 BID REQUEST #82200140 Page 14 52200140 - Design & Engineering Services for Centennial Center HVHC 3 SynEnRergy B. STATEMENT OF UNDERSTANDING Brief summary of the proposal, including Statement of Understanding showing familiarity with the Scope of Work. SCOPE OF WORK: SynEnergy will provide HVAC Design and Engineering services for the Centennial Center in Weld County with Integral as our Structural Engineering sub -consultant to support as needed. The design services for the Data Center will address the following: Two main areas of work: • One is a large data room with computer equipment located in the southeast area of the building. This room is currently being cooled with six (6) identical CRAC units above the ceiling, with condensing units on the roof above. As these are temporary units, the design scope for the Data Center is to replace the temporary units with two (2) downflow Liebert units, one primary cooling and one for backup. • The second area of work is located in the northwest area of the building. This design scope includes the replacement of the two (2) 40 -ton condensing units (like for like) that are located on the roof and tie into the third floor mechanical room. imommirimosommir- SynEnergy will perform all work in AutoCAD and provide sealed and stamped drawings from a Colorad Licensed Professional Engineer. In order to accomplish the design scope, our team will attend site visits to review existing co iditions to provide the best design solutions. As electrical and structural requirements may arise, we will address them with our team. As we design the solution for this project our team will verify the control systems needed and structural requirements. The scope will also include coordination during Construction Administration. 82200.140 - Design & Engineering Services for Centennial Center HVAC 4 SypE , rgy PROJECT TEAM The following narrative will address: organizational chart and resumes of all key staff and core staff that will be involved with providing services. PROJECT TEAM QUALIFICATIONS: SynEnergy is pleased to submit our proposal in response to RFB for the Design & Engineering for Centennial Center HVAC. Providing unparalleled customer service and quality has led SynEnergy to become a leading provider of mechanical, electrical, and plumbing (MEP) engineering design services and computational fluid dynamic (CFD) analysis for Data Centers, state and city building owners. We have worked on data centers projects, including the Google Campus in Boulder, Colorado. Our team also has experience working with government entities on large infrastructure projects which include working on multiple HVAC projects simultaneously. Due to this experience, SynEnergy is confident in our ability to work on the Weld County Centennial Center. With our past large infrastructure projects, such as Air Force Academy and Denver International Airport, we have the experience to address every possible need for HVAC requirements to the Centennial Center stated in the RFB. As an experienced engineering firm that works on multiple data center projects nationwide, our goal is to help the design team streamline this project to the best of our ability while meeting expectations and design standards. SynEnergy is a 100% Women Owned Business and Minority Owned Business, and proud to represent the community as a quality professional engineering firm. SynEnergy is a licensed MEP engineering firm based in Denver, Colorado. We have multiple licensed Professional Engineers, Certified Energy Managers and engineers that are LEED AP certified. SynEnergy Engineering is submitting as the Prime MEP Engineering Firm on this RFB with Integral Engineering Co. as the Structural Engineering sub -consultant. Our proposed team is well positioned to execute this contract cost effectively due to our streamlined processes in place. We can bring on an Architectural sub -consultant as needed. As a team, we have worked on multiple large infrastructure projects at DEN International Airport and for the City & County of Denver; and individually we have experience on data centers. Below are team resumes. Licensing for Professional Engineers are attached at the end of the RFB. 02200140 - Design & Engineering Services for Centennial Center HVAC 5 Synegy MINA MC STANFORD UNIVERSITY MS: Management Science & Engineering UNIVERSITY OF CO BOULDER MS: Mechanical Engineering & Building Systems CAL STATE LONG BEACH BS: Aerospace & Mechanical Engineering LICENSES, CO: PE 0055650 INCERTIFICATION CERTIFIED ENERGY MANAGER Association of Energy Engineers AFFILIATION U.S. GREEN BUILDING COUNCIL Member SOCIETY OF AMERICAN MILITARY ENGINEERS Member DESIGN -BUILD INSTITUTE OF AMERICA Member L PE,CEM Project Manager With nearly 20 years of experience in Project Management & Mechanical Engineering; Mina brings her unique understanding of multidisciplinary expertise to deliver efficient building -systems solutions to projects from concept phase to execution. Within the past 5 years, Mina has managed multiple MEP design projects, which vary from Denver International Airport, large military installations, multi -family units, universities to local tenant improvements. As a former Astronautical Engineer with a focus on thermal subsystems in spacecraft - Mina is able to integrate computational fluid dynamics with mechanical design yielding high performance building systems. Eight years with SynEnergy RELEVANT PROJECTS GOGGLE CAMPUS Boulder, CO - Dots Center Managed a team of MEP Engineering Design NATIONAL INSTITUTE OF STANDARDS & TECHNOLOGY Boulder, CO - Central Utility Plant Managed a team of MEP Engineering Design DEN R-22 RENOVATION Denver International Airport - Aviation Managed a team of MEP Engineering Design CENTRAL UTILITY PLANT I Denver International Airport - Aviation Managed a team of MEP Engineering Design HEALTH & HUMAN SERVICES BUILDING Blackhawk, CO - Gilpin County - Green Globes Design Managed a team of MEP Engineering Design UNIVERSITY OF COLORADO BOULDER Boulder, CO - Chiller Replacement Managed a team of MEP Engineering Design DEN AIRPORT GREAT HALL RENOVATION Denver International Airport - Aviation Managed a team of MEP Engineering Design t. DENVER WOMEN'S JAIL City & County of Denver - Public Works Managed a team of MEP Engineering Design 6 SynEnergy TYLER W I• T E I T Mechanical Engineer SYRACUSE UNIVERSITY SYRACUSE, NY BS: Mechanical Enginee-ing 14-1 LICENSES ENGINEER IN TRAINING (E/T) AFFILIATIOIN ASHRAE Member THE PRACTICING INSTITUTE OF ENGINEERING INC. Chimney & Gas Vent Design Increasing Effscierir Minimizing Costs by LW i, Parallel Senorless Technology As a mechanical engineer from New York City, Tyler has had the privilege. of working in one of the most demanding environments in the world. His past projects primarily consisted of high-rise multifamily residential, hospitality, commercial buildings, county jails, and international airports. With aerospace and mechanical engineering degrees, he brings a wealth of detailed analysis to his HVAC designs. Four years with SynEnergy. RELEVANT PROJECTS ;. NATIONAL INSTITUTE OF STANDARDS & TECHNOLOGY Boulder, CO - Central Utility Plant I Mechanical Engineering Design DEN R-22 RENOVATION Denver International Airport - Aviation Mechanical Engineering Design CENTRAL UTILITY PLANT Denver International Airport - Aviation Mechanical Engineering Design HEALTH & HUMAN SERVICES BUILDING Blackhawk, CO - Gilpin County - Green Globes Design Mechanical Engineering Design UNIVERSITY OF COLORADO BOULDER Boulder, CO - Chiller Replacement Mechanical Engineering Design DEN AIRPORT GREAT HALL RENOVATION Denver International Airport - Aviation Mechanical Engineering Design DENVER WOMEN'S JAIL City & County of Denver - Public Works Mechanical Engineering Design UNIVERSITY OF COLORADO BOULDER Boulder, CO - CryoMicroscope Lab Mechanical Engineering Design Syr�gy J O H N Plumbing/Mechanical Engineer DESIGN -BUILD INSTITUTE OF AMERICA Member UNIVERSITY OF WYOMING BS: Mechanical , Engineering ASHRAE Member With 15 years of experience as a Mechanical Engineer in Colorado, John has superior knowledge of the construction industry, both commercial and residential, with a focus on comfort, constructibility, and energy efficiency. John has provided engineering consultation and documents from the schematic design phase through construction phases and beyond. His goals of unparalleled customer service combined with professional meticulous detail, tend to provide the customer with exactly what is needed to proceed through the construction process with as few issues as possible. About a year with SynEnergy. RELEVANT PROJECTS NATIONAL INSTITUTE OF STANDARDS & TECHNOLOGY Bou/der, CO - Central Utility Plant Mechanical Engineering Design DEN R-22 RENOVATION Denver International Airport - Aviation Mechanical Engineering Design CENTRAL UTILITY PLANT Denver international Airport - Aviation Mechanical Engineering Design UNIVERSITY OF COLORADO BOULDER Boulder, CO - Chiller Replacement Mechanical Engineering Design DEN AIRPORT GREAT HALL RENOVATION Denver International Airport - Aviation Mechanical Engineering Design UNIVERSITY OF COLORADO BOULDER Boulder, CO - CryoMicroscope Lab Mechanical Engineering Design BRICKHOUSE Lakewood, CO - Lamar Station Mechanical Engineering Design MIKE WARD MASERATI, FIAT, ALFA ROMEO DEALERSHIP Highlands Ranch, CO - Multiple Car Dealerships Mechanical Engineering Design 8 fi PATRICK F$S PE Synpgy UNIVERSITY OF CO BOULDER. MS: Civil Engineering, Building Systems Program PORTLAND STATE UNIVERSITY .' MS: Telecomrnunicottons,�_ Interdisciplinary Telecom Program PORTLAND STATE UNIVERSITY BS: Electrical Engineering LICENSEl PROFESSIONAL ENGINEER CO: PE 0033588 tjjj AFFILIATION U.S. GREEN BUILDING COUNCIL Member DESIGN -BUILD INSTITUTE OF AMERICA Member Sr. Electrical Engineer Patrick has over 20 years of project engineering experience. Having worked in multiple industries, he has a comprehensive knowledge of many interrelated aspects of building systems, including electrical design and power distribution. His experience also includes considerable time in energy analysis and consulting, as well as renewable energy design and evaluation. Patrick worked as an electrical engineer on government large infrastructure project as well as a PV design engineer, designing commercial PV and solar thermal systems. RELEVANT PROJECTS P 1 GOOGLE CAMPUS Boulder, CO - Data Center Electrical Engineering Design NATIONAL INSTITUTE OF STANDARDS & TECHNOLOGY Boulder, CO - Central Llt-i/ity Plant Electrical Engineering Design DEN R-22 RENOVATION Denver International Airport - Aviation Electrical Engineering Design CENTRAL UTILITY PLANT Denver International Airport - Aviation Electrical Engineering Design HEALTH & HUMAN SERVICES BUILDING Blackhawk, CO - Gilpin County - Green Globes Design Electrical Engineering Design UNIVERSITY OF COLORADO BOULDER Boulder, CO - Chiller Replacement Electrical Engineering Design DEN AIRPORT GREAT HALL RENOVATION Denver International Airport - Aviation Electrical Engineering Design DENVER WOMEN'S JAIL City & County of Denver - Public Works Electrical Engineering Design Mina McCullom, PE Project Principal Prorm Manager Tyler Wih EMT tread Mechanical. Engineer John DeVore Mechanical Engineer Patrick Kearns, PE Lad Electric#ai Engineer SynEnRergy The following narrative answers: Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly. Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances. TEAM COMMUNICATION: Our team understands the challenges associated with data center projects. Our proven ability to manage multiple projects simultaneously will result in an efficient and cost effective project. Our proposed sub -consultants were specifically selected due to their past experience on similar projects and all have worked with SynEnergy in the past (or currently). Thus, we feel 100% confident that our team has the experience to work on multiple task orders simultaneously while delivering quality construction documents. As the Prime, SynEnergy will be the design team's "Program Manager" managing the scope, schedule, and budget for each task. This will prevent the need for multiple PMs on the team, thus eliminating redundancy and additional overhead. SynEnergy's entire design team has experience working together. SynEnergy currently utilizes Active Collab project management tool on contracts to manage personnel, scope, schedule, and budget with features that include tracking deliverables and milestones for all task orders. Every Monday the team's Project Manager (PM) reviews reports on the parameters above to ensure that the team is on schedule and on budget. SynEnergy maps out a detailed schedule for projects in order to prevent value engineering by having weekly coordination meetings with the design team to ensure we are completing the work on time and on budget. If value engineering is needed our team will have a strong understanding of the proposed budget and schedule in order to coordinate with the design team and address any issues or corrections as soon as they arise. We help our clients control cost by assigning various levels of personnel to a project. This includes one Program Manager that has direct communication with the Weld County team and is responsible for scope, schedule and budget. In addition, one "team lead" for each sub -consultant (discipline) that provides coordination with the entire design team. A hybrid approach including mid -level and senior level personnel that have higher education experience and understand how to design to state standards will increase efficiency of the team - by leveraging prior experience and lessons learned. Our team will utilize mid -level staff working on BIM REVIT modeling and supporting senior level staff with calculations (such as load calculations). A senior level architect / engineer will provide project approach, guidance, QA/QC and mentorship. We do not overload projects or task orders with senior level personnel with higher hourly rates - which inflate the budget. B2200140 - Design & Engineering Services for Centennial Center HVAC 1i SynEnergy DESIGN AND ENERGY EFFICIENCY APPROACH: SynEnergy brings value to your team by providing an enterprise solution that combines MEP Engineering - Energy Modeling and Life Cycle Cost as a part of our design package. The image below provides a synopsis on our approach and methodology. 1. ASSESSMENT Survey the building conditions Gather requirement from owner Understand the contention points 2. ENERGY MODEL Conduct a 3D heat transfer simulation Model various mechanical systems, boilers, VAV, constant volume, VFDs, etc. Inform owner of energy savings for electricity and natural gas 3. CFD ANALYSIS For high performance design (data centers, health care) 4. FINANCIAL ANALYSIS Life cycle cost - pro forma - payback etc. 5. MEP DESIGN Coordination - Load calcs, equipment selection, specs, etc. 6. CONSTRUCTION DRAWINGS Sealed/stamped 100% CDs 4 As seen in the diagram above, we use hourly -simulated energy modeling tools (2) such as eQUEST and EnergyPlus with our financial analysis (4) to influence our MEP design (5) and incorporate the life cycle cost of building systems. EnergyPlus allows us to conduct a whole building energy simulation to model energy consumption - for heating, cooling, ventilation, lighting and plug and process loads - and water use in buildings. It is an integrated, simultaneous solution of thermal zone conditions and HVAC system response to simulate on -conditioned and under -conditioned spaces. It monitors the interactions between thermal zones and the HVAC system. This helps us identify what part of the building is consuming the most energy so that we are able to address it to find a more energy efficient solution. B2200140 - Design & Engineering Services for Centennial Center HVAC 12 SynEnergy QUALITY CONTROL APPROACH: Our design team uses templates to help streamline and troubleshoot our engineering efforts for our projects. Templates assist with our quality control process by allowing for all assumptions and calculations to be within a similar format — thus if an error is made it is easy to identify the mistakes and make corrections prior to completion of design. Our approach is designed to insure the project is durable and maintainable. All projects or task orders are subjected to a two-tier quality control process. FIRST -TIER PEER REVIE The QA/QC team conducts a first -tier peer review at each milestone. This review includes an engineer or architect who reviews the approach. For example, load calculations - including duty cycling to prevent over or under sizing the equipment, duct design — static pressure, air flow diagrams (to mitigate pressurization) are checked on mechanical engineering projects by this first tier QA/QC engineer. This initial review also checks for administrative errors. SECOND -TIER QA/QC PROCESS: The second tier QA/QC process, consist of a senior engineer or architect that uses a checklist to ensure that all the necessary calculations have been completed based on the complexity of the project. The quality control engineer or architect also checks for mistakes and red lines the documents and calculations. The quality control engineer or architect then informs the team of deficiencies to correct as needed. Our team uses checklists and templates to assist our quality control process. By having all assumptions and calculations in a similar format it is easy to identify any mistakes and make corrections. All projects and task orders are subjected to a two-tier quality control process. The QA/QC team conducts a first -tier peer review which includes an engineer or architect who focuses on the project approach, including assumptions, administrative issues and calculations. The second -tier QA/QC provides another "set of eyes" by a senior team member that seeks potential conflicts in the REVIT model and other errors or omissions. Communications and Drawings are distributed via PM tool Active Collab to eliminate version control issues by sending the "wrong email". As the engineer of record, our reputation is on the line with every project and for each component of every project. As a result, we have developed a process that addresses quality management. The QA process focuses on delivering high quality construction documents that are coordinated among the entire design team. The result yields a history of minimal change orders on SynEnergy's projects. B2200140 - Design & Engineering Services for Centennial Center HVAC 13 syritmr,gy WEEKLY QUALITY PLANNING R COORDINATION MEETINGS: The meeting is held on a weekly schedule. During the meeting, the PM facilitates coordination among the sub -consultants. The team discusses upcoming deliverables and internal milestones and reviews the most up to date REVIT model. Comments are made on the REVIT model, so the entire team is aware of changes and comments in "real-time". MONTHLY QUALITY CONTROL REPORT: A monthly quality control report is required; the team discipline leaders record a monthly status report for their specific scope of work. The report includes: 1. A summary of work completed 2. Outstanding issues 3. Issues resolved during the reporting period 4. Outstanding potential change orders 5. Potential Impacts to construction (conflicts, etc.) 6. Project status with current project costs and estimated completion date 7. A cost analysis summarizing actual costs to date and estimated future costs 8. Project photos as appropriate: B2200140 - Design & Engineering Services for Centennial Center HVAC 14 svf, Ere rgy Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet TEAM CAPABILITIES OVERVIEW: To coordinate with our sub -consultants we utilize checklists and templates for our design team to streamline communication. We have weekly meetings with our full design team to discuss the project and ensure every item is being completed correctly and to address any possible issues that may have arisen and propose solutions to prevent project delays. Our Program Manager utilizes our project management tool, Active Cvllab, to assign tasks to all staff in order to track our deliverables and milestones throughout the design process. Due to our past experience as a team with our proposed consultants to complete projects, the design team is very familiar with how we track our projects and tasks, and the expectations for communication and coordination. Our sub -consultants will be reporting directly with our Program Manager, along with all of SynEnergy's engineers working on the project. All key staff are 100% committed to this project, if awarded. Please see our current and projected work load illustrated on the following page. Our PM methodology is pro -active (instead of reactive) to stay on schedule and/or highlight issues prior to the problem escalating. Our PM utilizes software that tracks tasks, schedules, time and budget spent. It runs weekly reports to highlight any issues. This report is analyzed bi-monthly (or more if needed) and discussed with the various discipines on the design team. The Program Manager utilizes this tool to manage the details of the project while ensuring we are on top of our workload and prevent "overwhelming" our architects and engineers. In addition, the Program Manager meets with all sub -consultants weekly to review: 1. Time billed on the project- all time is tracked in 15 -minute increments. 2. Assign scope of work and subtasks to personnel. 3. Project Schedule - with deliverable dates and associated milestones - utilizing Gantt charts. 4. Check list for tasks completed. Integral Engineering Co. will be our Structural Engineering sub -consultant for this project. Integral is a Colorado based woman -owned structural engineering firm with extensive experience on large infrastructure projects making them well versed to address any and all concerns that may arise. We can bring on an architectural sub -consultant as needed. We have worked with Integral on various projects including multiple project at Denver International Airport. Below is the resume of the PM at Integral that will be working on this project. B2200140 - Design & Engineering Services for Centennial Center HVAC 15 JJJ integral Engineering Co Denver Tech Center, Centennial, Colorado 80111 303-804-7003 • www.IntegralEngineeringCo.com Lacey Goetz, PE, F SEI Lacey has ova 30 years of experience in a wide variety of structural engineering projects. She established Integral Engi- neering Co. in 2008 and serves as Principal -in -Charge for all projects. Her work experience comprises the preparation and overall project management of structural engineering projects from structure selection, design, analysis, construction docu- ments, site observations, to project close-out and as-builts. Her experience encompasses a broad range of commercial, industrial, and governmental design projects. Project Experience • Denver International Airport Great Hall Completion Project, Denver, CO; Part of structural team for the reno- vation of the Jeppesen Terminal providing calculations, QA/QC and construction administration. Martin/Martin, Stantec, Hensel Phelps. $770 million • National Western Stock Show Complex, Denver, CO; Principal -in -Charge for new Event and Auction Arena ($26M), and part of the team to remodel the existing Maintenance and Operations building ($9.1M). HKS, SEH, Adolphson & Peterson. $756 million Denver Central Public Library Renovation, Denver, CO; Part of the structural team designing renovations to the historic 540,000 sf building, including floor infill, new floor openings, reinforcing central core and support for removal of large portion of second floor. AECOM, studi- otropeDesign Collective, GHPhipps. $30.5 million Eagle P3, Line A, Denver, CO; Regional Transportation District (RID) —Delegated Engineer responsible for structural re -design of station canopies for the commuter rail line from Denver Union Station to DIA. Denver Transit Partners, HDR, Central Denver Ironworks. $2.2 billion CoorsTek R&D Lab Renovation, West Table Moun- tain, Golden, CO Structural Engineer of Record for large scale renovations, roof raise and support of critical testing equipment. Mortenson, Ware Malcolm. $45 million West Rail Line, Denver, CO; RID —Design and analysis of anchorage of the barrier fence along the top of the re- taining wall at the Jefferson County Government Center 8220014O- Design & Engineering Services for Centennial Center H Station and assisted in the installation of Wadsworth Station Canopies. Denver Transit Construction Group, Central Denver Ironworks. $707 million • Colorado Springs Airport, Colorado Springs, CO; Checked Bay:age age Inspection System Building Expansion — Structural Engineer of Record for 11,000 sq. ft. expan- sion of the Colorado Springs Airport main terminal. City of Colorado Springs, Swanson Rink, Gensler. $13.6 mil- lion • Light Rail Transit System, Line Section I-1, Dallas, TX; Dallas Area Rapid "Transit — Structural Engineer of Record for the barrel vault superstructure train stations along the 14 -mite Orange Line connecting the DEW Air- port to Irving, Texas. Joint venture of Kiewit, Stacy and Witbeck, Reyes, Parsons, Art Kline Construction, Central Denver Ironworks. $1.8 billion • n ransportauon Expansion to-REIC) Project, Denver, CO; CDOT Region 6 — Lead Engineer for the six arched pedestrian bridges along the 19 -mile southeast corridor roadway improvement project Kiewit Construction and Parsons Transportation Group, Central Denver Ironworks, Meheen Engineering. $1.6 billion • Denver Union Station Transit Improvements, Denver, CO; RTD — Structural Engineer of Record for the chiller enclosure, Kiewit, AECOM, Metro Inc. $480 million Registrations • Professional Engineer: CO, MI, MT, TX, WY Certifications & Memberships • Certified: DBE, EBE, ESB, MWBE, SBE, WEE, WOSB • Structural Engineering Institute Fellow • Member. ASCE, NSPE, AISC, SAME, COMTO, SEAL • Past -President of Structural Engineers Association of Colorado • Past -President of Colorado Structural Engineering Institute Education • BS in Civil Engineering, Structural Emphasis, CU Boulder • MS in Agricultural Engineering, CSU Fort Collins VAC 16 SypEnergy SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion PROPOSED DATES: September 14, 2022 September 14, 2022 September 28, 2022 October 5, 2022 October 12, 2022 October 31, 2022 November 14, 2022 January 16, 2023 Please provide proposed start and completion dates based on contract execution being November 14, 2022, for this project. FEES: Provide complete cost for the base bid. START DATE November 30 2022 COMPLETION DATE January/16, 2023 BASE BID: $51,139.42 BID REQUEST #82200140 Page 12 02200140 - Design & Engineering Services for Centennial Center HVAC 17 ADDENDUM#1 BID REQUEST NO. B2200140 Centennial Center Design and Engineering for HVAC Currently: Syrf p,grgy 1. Current RFB and Prebid Meeting did not identify the need to design an emergency portable generator electrical transfer switch to an exterior receptacle. This additional design scope discovered after the pre - bid meeting on September 28, 2022. 2. Original RFB due date was October 12, 2022, at l0am (Weld County Purchasing Time Clock) Change: I. Provide design for new exterior power receptacle for portable generator connection to the building. This is for redundancy in the case of power failure to the building and failure of the Emergency backup generator occur at the same time. This would allow for a portable generator to be plugged into the building emergency power system. Due to this additional request, there will be an optional secondary pre -bid meeting on October 14, 2022, at loam. We will meet again at the main entrance to Centennial Center Plaza South. Only those who attended the original pre -bid meeting on September 28, 2022, will be allowed to attend the secondary pre -bid meeting. 2. New Bid Due Date, due to additional design scope and specifications. Bids due October 27, 2022, by 9am (Weld County Purchasing Time Clock). Please see below for the remainder of the revised anticipated schedule. Conference call info to remain the same. Date of this Bid September 14, 2022 Advertisement Date September 14, 2022 Pre -bid conference September 28, 2022 Bid Questions Due October 5, 2022 Secondary Pre -bid Conference October 14, 2022 Secondary Bid Questions Due October 19, 2022 Bids Are Due (Revised) October 27, 2022 Bid Award Notice (Revised) November 14, 2022 Contract Execution (Revised) November 28, 2022 Project completion January 16, 2023 02200140 - Design & Engineering Services for Centennial Center HVAC 18 SynEngrgy * * * We need a signed copy submitted with the bid. Thank You!*** Addendum received by: October 10, 2022 SynEnergy, LLC FIRM 788 W 8th Ave, Suite 200 ADDRESS Denver, CO 80204 CITY AND STATE BY Mina.McCullom@SynEnergyLLC.com EMAIL 82200140 - Design & Engineering Services for Centennial Center HVAC 19 SynEnRgrgy Form W-9 (Rev. October 2018) of the Internal Service Treasury Request for Taxpayer Identification Number and Certification ► Go to warw.hs.gov/FonoW9 for instructions and the latest information. Gil° Form to the requester. Do not send to the IRS. ai rn �, 0 ai a a o y* t o •E IF� a g t yS ( i Name (es shown on your Income tax returns. Name is required on this line: do not leave this tine blank SynEnergy, LLC 2 Business nameidisregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line t Check following seven boxes. 0 Individual/sole propnetor or ❑ C Corporation ❑ S Corporation ❑ Partnership single -member LLC ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) Note: Check the appropriate box in the line above for the tax classification of the single -member owner. LLC if the LLC is classified as asingle-member LLC that is disregarded from the owner unless the owner another LLG that Is not disregarded from the owner for U S. federal tax purposes Otherwise, a single propriate ppropriate box for the tax classification of its owner. is disregarded from the owner should check the ap ❑ Other (see instmctionsi ► only one of the ❑ Trustiestate ► 4 Exemptions certain entities instructions Exempt payee Exemption code (it aryl codes apply only to not individuals; see ortQage 3): code (if any, iron "I" reporting Do not check of the LLC is -member LLC that Address (number. street. and apt. or suite no., See instructions. 788 W. 8th Ave. Suite 200 Requester's name and address (optonal) 8 City, state, and ZIP code Denver, CO 80204 7 list account numbers) here (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid 1 sotto. sectrrny 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. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. [ E or rEmployer identification number 2 7 4 5 B 4 9 l= Certification Under penalties of perjury, I certify that: 1. The number shown on this form Is my correct taxpayer identification number (or I am waiting fora number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to sport 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 rithholding because you have failed 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 ORRy, 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 signature of Here UT:n► r/` 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.rs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may ba your social security number (S5N), Individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an Information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date► �� �l/ • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (studsnt loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you area U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester wits a TiV, you might be subject to backup withholding. See What is backep withholding, later. Cat. No. 10231X B2200140 - Design & Engineering Services for Centennial Center HVAC Form W-9 (Rev. 10-2018) 20 PE CERTIFICATIONS: PE P.5650 Active Lk/nH Number SynEnergy Contact lypn Contact IV, Lp Cont. 80939 82200140 - Design & Engineering Services for Centennial Center HVAC 21 PINK ICOL ASSURANCE 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.400O / 800.873.7242 Pinnacol.con NCCI #: WC000313 Policy #: 4194939 SynEnergy LLC 788 W. 8th Ave. Suite 200 Denver, CO 80204 ENDORSEMENT: Waiver Of Subrogation We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE Weld County 1105 H St Greeley, CO 80634 Effective Date: December 16, 2022 Pinnacol Assurance has issued this endorsement December 16, 2022 7501 E. Lowry Blvd Deaver, CO 80230-7006 Page 1 of 3 P mina.mccullom@synenergyllc.com - 12/16/2022 09:45:50 4194939 80819770 UW137 ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYW) 12/16/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Pinnacol Assurance 7501 E. Lowry Blvd. Denver, CO 80230-7006 CONTACT NAME: PHONE FAX Mt. Ex,: WC', No): ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A:Pinnasol Assurance 41190 INSURED SynEnergy LLC 788 W. 8th Ave. Suite 200 Denver, CO 80204 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE LTR ADDL SUBR D WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DD/YYYYI LIMBS COMMERCIAL GENERAL LIABILITY CLAIMSMADE El OCCUR EACH OCCURRENCE $ PREM SES Ea occc ence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS- COMP/OP AGG $ $ $ GATE LIMIT APPLIES PER: POLICY I,H PRO- H LOC JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OD AUTOWNES ONLY HIRED AUTOS ONLY AUSCHEDULED TOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YI N1'000'000 A OFFCER/MEMBEREXCLUDED?ECUTIVE ❑ (Mandatory in NH) ff yes, describe under DESCRIPTION OF OPERATIONS below 5/A 4194939 09/01/2022 09/01/2023 X I STATUTE I ET' E.L. EACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. Engineering Design Services for Weld County CERTIFICATE HOLDER CANCELLATION 2298683 Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1105 H St THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Greeley, CO 80634 sgeesaman@weldgov.com ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Pinnacol Assurance I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDs provided by Forms Boss. www.FormsBoss.com; (c) Impressive Publishing 800-208-1977 CERTIFICATE HOLDER COPY Weld County 1105 H St Greeley, CO 80634 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) Certificate Of Insurance 12/16/2022 4:52:27 PM 10552936 Synenergy, LLC ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 12/16/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Insureon, Division of Specialty Program Group LLC / DBA SPG Insurance Solutions LLC in CA 203 N. LaSalle St., 20th Floor, Chicago, IL 60601 CONTACT NAME: /a/cNn o, Ext1: (800) 688-1984 I rnnn C, No/ 312-690-4123 ADDRIESS: INSURER(S) AFFORDING COVERAGE NAIL 0 /5500000: RLIInsurance Company 13056 INSURED Synenergy, LLC 788 W 8th Ave Ste 200, Denver, CO, 80204 INSURER B : Twin City Fire Insurance Company 29459 INSURER C : INSURER 0 : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TVTYPE LTR OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/ CDYT YI LIMITS B COMMERCIAL GENERAL LIABILITY ICLAIMS -MADE ❑✓ OCCJR Yes 46SBAAA8883 7/11/2022 7/11/2023 EACH OCCURRENCE $ 0000,000 PREM SESO{Ea occu ence) $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL 8, ADV INJURY $ 2,000,000 GENERALAGGREGATE $4,000,000 GENII AGGREGATE LIMIT APPLIES PER: POLICY y za LOC OTHER: PRODUCTS - COMP/OP AGG $ 4.000000 B AUTOMOBILE LIABILITY ANY AUTO ALLWN OED I HIRED SAUTOS 51S" -"Yes 1 NOforED AUTOS 46SBAAA8883 7/11/2022 7/11/2023 COMBINED SINGLE LIMIT {Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE CPer accident) $ UMBRELLA LIAR EXCESS LIAR OCCUR CLAIMS4MADE EACH OCCURRENCE $ AGGREGATE $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFI larMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A - I STATUTE I I 2r E.L. EACH ACCIDENT $ ---- E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Professional Liability (Errors and Omissions) RDP0041848 12/20/2020 12/20/2022 Occurrence/Aggregate $1,000,000 / $2,000,000 DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) Attention/Note: Toby Taylor Certificate Holder is named as Additional Insured as their interests may appear in regards to general liability when required by written contract CERTIFICATE HOLDER CANCELLATION Weld County SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street Greely, CO 80634 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo am registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* SYNENERGY LLC Entity ID ,?0040310 ❑ New Entity? Contract Name* Contract ID CENTENNIAL CENTER HVAC DESIGN & ENGINEERING 6491 SERVICES Contract Status CTB REVIEW Contract Description* DESIGN & ENGINEERING SERVICES Contract Description 2 Contract Type* AGREEMENT Amount* $51,139.42 Renewable* NO Automatic Renewal IGA Contract Lead* SGEESAMAN Contract Lead Email sgeesamanco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 1 1 ,= 19.'2022 1 1:23, 2022 Department Email CM-BuildingGrounds@weldgov.c om Department Head Email CM-BuildingGrounds- DeptHead ¢weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY@WELDG OV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/REP 82200140 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 02x'27,(2023 Termination Notice Period Committed Delivery Date Expiration Date* 02,22,2023 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHRISTIE PETERS 1221 ,2022 Approval Process Department Head TORY TAYLOR DH Approved Date 12;1912022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01,04/2023 Originator SGEESAMAN Finance Approver CHRIS D'OVIDIO Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 12 19:2022 12f20,2022 Tyler Ref # AG 010423 November 7, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2023 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: Toby Taylor Subject: Centennial Center Design and Engineering Services HVAC (B2200140) As advertised this bid is for the Design and Engineering Services for Centennial Center HVAC. SynEnergy, LLC was the low bidder and meets or exceeds specifications. Therefore, the Facilities Department is recommending the award to SynEnergy LLC, in the amount of $51,139.42 If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director ON 2oZ2-3005 P,C OOZE{ DATE OF BID: OCTOBER 12, 2022 REQUEST FOR: DESIGN & ENGINEERING SERVICES FOR CENTENNIAL CENTER HVAC DEPARTMENT: FACILITIES BID NO: B2200140 PRESENT DATE: OCTOBER 31, 2022 APPROVAL DATE: NOVEMBER 14, 2022 VENDOR SYNENERGY, LLC 788 W. 8TH AVENUE, SUITE 200 DENVER, CO 80204 BCER ENGINEERING, INC. 5420 WARD ROAD, SUITE 200 ARVADA, CO 80002 *50% CD REVIEW SUBMITTAL = 12/12/22 90% REVIEW SUBMITTAL = 1/6/23 100% CONSTRUCTION DOCUMENTS = 1/16/23 START DATE 11/30/22 11/14/22 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 10/31 FINISH DATE 1/16/23 1/16/23* WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverett@weldgov.com cgeisert(a.weldoov.com cmPeters(a.weldoov.com Phone: (970) 400-4222, 4223 or 4216 Fax: (970) 400-4024 TOTAL $51,139.42 $54,300.00 2022-3005 BGOO 1
Hello