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
20222357.tiff
Con Iva c+ ozW--/ AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & NORTHERN COLORADO ENERGY SOLUTIONS LLC LAW ADMINISTRATION RTU REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this l iay of r1'l15O; 2022, by and between the Board of Weld County Commissioners, on behalf of the acilities Department, hereinafter referred to as "County," and Northern Colorado Energy Solutions, LLC hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2200111. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. oi,:Q n+VY�,i1C(-0L1 Dn � � ) 202Z- Z3s1 UV( �l/22 9//(-//a86002q 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $200,706.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. 1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. 2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. 4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. 6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). 7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Dave Geist Position: Project Manager Address: 3665 Canal Drive Unit B Address: Ft. Collins CO 80524 E-mail: dave@nocoenergvsolutions.com Phone: 970-310-6240 County: Name: Toby Taylor Position: Facilities Director Address: 1105 I-1 Street Address: Greeley, CO 80632 E-mail: ttaylor@,weldgov.com Phone: 970-400-2021 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26_ Governmental Immunity_ No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terns and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services 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 of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, 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 a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States 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. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. NNTRACTOR:/ Name7 Q:l J e_ C QA Title: C‘Jouiwcta_.0 WELD COUNTY: ATTEST: dirdieo Weld C' pty Clerk to the Bo BY: Deputy Clerk to 9 4/z, Date of Signature BOARD OF COUNTY COMMISSIONERS WEED COUNTY, COLORADO Scott K. James, Chair SEP 1 4 2022 ,20.24,2 —2 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 Exhibit A DATE: JULY 13, 2022 BID NUMBER: B2200111 DESCRIPTION: LAW ADMINISTRATION BUILDING ROOF TOP UNIT REPLACEMENT DEPARTMENT: FACILITIES MANDATORY BID OPENING: JULY 27, 2022 BID OPENING DATE: AUGUST 10, 2022 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: LAW ADMINISTRATION BUILDING ROOF TOP UNIT REPLACEMENT A mandatory pre -bid conference will be held on July 27, 2022 at 1:30 PM at the Weld County Law Administration Building located at: 1950 "O" Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: August 10, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on August 10. 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 0 Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 42055150 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 the 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. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. B2200111 1 Bid Delivery to Weld County: 1. Emailed bids are required. Email bids to bids@weldqov.com; however, if your bids exceeds 25MB please upload your bid to https://www.bidnetdirect_com. 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 we receive your bid/proposal. 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 on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 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 Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. B2200111 2 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder 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). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work u nder this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to u ndertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder 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. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has n ot knowingly employed or contracted with an illegal alien. Successful bidder 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 Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder 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. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder 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 Successful bidder 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. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt 82200111 3 from disclosure pursuant to C.R.S. 24-72-204(3)(a)(lV) (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. 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 B2200111 4 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. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. B2200111 5 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 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 County Board of County Commissioners, as required pursuant to the Weld County Code. B2200111 6 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders 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. Successful bidders 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 Successful bidder. Successful bidder shall be responsible forthe payment of any deductible or self -insured retention. County reserves the right to require Successful bidder 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 Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder 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 successful bidder 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 successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, 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 successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder 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 successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this B2200111 7 contract, the successful bidder 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 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder 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 successful bidder'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 successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder 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. Successful bidders 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 Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder 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, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, 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 Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, 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. B2200111 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Law Administration Building Roof Top Unit Replacement OVERVIEW Weld County is seeking proposals for a turn -key bid to replace the roof top unit at the Weld County Law Administration building located at 1950 O Street, Greeley, CO. SCOPE The scope of this project is to remove existing roof top unit and replace with new. 1. Contractor shall perform turn -key removal of the old roof top unit and installation of the new roof top unit. 2. Existing RTU: a. Model: SAHFC5040368C8BD8001AOCEOGOKLOORT008650 b. Serial: C02G06335 c. Manufacturer: Trane 3. Contractor is responsible for roof patching as required. Any patching shall be done by a Firestone certified roofer that will maintain the current warranty. 4. The contractor is responsible for all mechanical, plumbing, and electrical connections to complete a full turnkey product. Licensed contractors are required for all mechanical, plumbing, or electrical work needed for this RTU replacement. 5. Replacement of RTU can be done during normal business hours. However, replacement shall be coordinated to minimize downtime. The RTU replacement shall occur during a time when cooling isn't being called for. 6. Replacement RTU must meet the minimum specification of the existing RTU to maintain the same capacities/capabilities. 7. Contractor must provide submittals for proposed equipment before equipment is ordered. Submittals shall include engineer or manufacturer's certification that proposed equipment meets the same capacities/capabilities of the existing RTU. 8. The system will be set up to utilize the current Delta control system Version 4.2 through Set Point Systems and maintain the same building automation system control capabilities 9. Testing, balancing, and reports of the installed equipment is required. 10. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities as shown above. 11. Contractor shall provide a 1 -year labor and workmanship warranty and roof top unit shall have a standard manufacturer's warranty. 12. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 13. All lifting and hoisting equipment shall be provided by the contractor. B2200111 9 14. The projected contract date is expected to be September 7, 2022. Based on this date, provide expected start and finish dates. 15. Work will comply with all applicable Federal, State, local laws, ordinances, and regulatory requirements. 16. The project will be permitted through the Weld County building department. Fees for building permit will be waived. Any other fees shall be paid by the contractor. 17. No bid bond is required for this project. 18. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 19. Contractor wiii be required to provide professional liability insurance and builders risk insurance in the amount of the bid. 20. The contractor is responsible for all trash and debris to be properly disposed of offsite. 21. Weld County is a tax-exempt entity. 22. Davis -Bacon and Buy American requirements are NOT required. 23. Contractor will be required to enter into a standard Weld County contract for this service. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion July 13, 2022 July 13, 2022 July 27, 2022 August 10, 2022 August 29, 2022 September 7, 2022 October 24, 2022 November 7, 2022 B2200111 10 PROPOSED DATES Please provide proposed start and completion dates for this project START DATE COMPLETION DATE FEE Fee Proposal Lump Sum TOTAL BID $ B2200111 _ 11 Attachment A Picture of Data Plate • • A On/6O4 Of MAN STANDARD INC CLARKSVILLE. TN VOW N 1400E1 NUMBER SAHFC5040368C8808001AOCEOGOKUTIVISI08850 Aug CONOITIONINGENT intEmS IOtll SELF - COMA; ED until I U$LAL RUNNER CO2006335 REfR1QLRATION ouC141N! FOR OUTDOOR INSTALLATION ONLY UEf ADoITIOMAL NAMEPLATE IN OS MAT arm WHO URD la a PHASE r tit -i00 4M -MO -4M aMAR -1 MisiMuM CIACthT AMPACITY 1N PtcowwuN000 GUMS ELEMENT FUSE 1n MAXIMUM avl*CUIt>~ENT PROTECTION OtVICE >Id0 KZ rRAU RATIO VOLTAGE MO U14UUt►ON VOLTAGE RANGE NOMINAL SYSTEM VOLTAQtI QOMMIEMOR MOTOR A COMPRESSOR MOTOR NIMPILESSOR MOTOR C COMPRESSOR MOTOR 0 CONDIWA 1A1I MOTOR IYAIOAATOR 1A• MOTOR EX]KAli•T IAN It3TOA PPM* * MOTOR EUCTItIc KEAt1N CXI nAPORAlOA NEAT TAIT UNit CONTE* ctNCU,t OTT VOLTS 2 EN 2 Mr -a- - I- wr an $ M • MN * a aim -F- a CIRCUIT -2 CIRCUIT -5 AMPS AMISS AMPS RLA EA 17 Its FMK ILA EA • Is $3 $ t1t M Cat art e FACTORY OWt0toellACM MHO$ UM Orf R$—!2it, an MOO Illannell.1a Tin nttt$Un Lao r0R +IoNA!VOENTLAL 1UIAi.MtN LT FOR COrlilHHD tfPIC:11ET O11RAT113T1 01 11411~ Wltl RESIN tD COS. -1011-r NAN, -Pic-• a -et ugly ++ 01 CJCRAMII 2!i- n -h Mt= wants -al •i mist .. I r • a On ttlsI- al- al rr• - a- at an -071-M HA MOR REQ con F.Ifly can v0 IL F PO AV Fail 0'e bto NG PRODUCT CONTAINS fIBERCLASS WOOD REFER TO OWNER'S INFORMATION MAN PROVIDED WITH THIS UNIT FOR ?ROP INSTAl1ATION.OPESATION ANO NAME ASCE INSTRUCTIONS. OiMurbtrtg the insulation 11% 1 product during 'nstallati maintenance or repair wilt 04 you to airborne Wicks of gl wool fibers and ceramic Is known to the State of CaliIorrlsa cause cancer through lnhalatl Glass wool tibara may alto ca respiratory, okrn or oyo irritation, . B2200111 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 August 10, 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. 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 proposal for Request No. #B2200111. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal 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 BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE B2200111 13 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller B2200111 14 ADDENDUM#1 BID REQUEST NO. B2200111 LAW ADMINISTRATION ROOF TOP UNIT REPLACEMENT Currently: Header on Bid Specs reads MANDATORY BID OPENING: JULY 27, 2022. Change: Change this to read MANDATORY PRE -BID CONFERENCE: JULY 27,2022. (Bid opening date will remain August 10, 2022) ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL July 18, 2022 Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Law Administration Building Roof Top Unit Replacement OVERVIEW Weld County is seeking proposals for a turn -key bid to replace the roof top unit at the Weld County Law Administration building located at 1950 O Street, Greeley, CO. SCOPE The scope of this project is to remove existing roof top unit and replace with new. 1. Contractor shall perform turn -key removal of the old roof top unit and installation of the new roof top unit. 2. Existing RTU: a. Model: SAHFC5040368C8BD8001AOCEOGOKLOORT008650 b. Serial: C02G06335 c. Manufacturer: Trane 3. Contractor is responsible for roof patching as required. Any patching shall be done by a Firestone certified roofer that will maintain the current warranty. 4. The contractor is responsible for all mechanical, plumbing, and electrical connections to complete a full turnkey product. Licensed contractors are required for all mechanical, plumbing, or electrical work needed for this RTU replacement. 5. Replacement of RTU can be done during normal business hours. However, replacement shall be coordinated to minimize downtime. The RTU replacement shall occur during a time when cooling isn't being called for. 6. Replacement RTU must meet the minimum specification of the existing RTU to maintain the same capacities/capabilities. 7. Contractor must provide submittals for proposed equipment before equipment is ordered. Submittals shall include engineer or manufacturer's certification that proposed equipment meets the same capacities/capabilities of the existing RTU. 8. The system will be set up to utilize the current Delta control system Version 4.2 through Set Point Systems and maintain the same building automation system control capabilities 9. Testing, balancing, and reports of the installed equipment is required. 10. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities as shown above. 11. Contractor shall provide a 1 -year labor and workmanship warranty and roof top unit shall have a standard manufacturer's warranty. 12. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 13. All lifting and hoisting equipment shall be provided by the contractor. B2200111 9 14. The projected contract date is expected to be September 7, 2022. Based on this date, provide expected start and finish dates. 15. Work will comply with all applicable Federal, State, local laws, ordinances, and regulatory requirements. 16. The project will be permitted through the Weld County building department. Fees for budding permit will be waived. Any other fees shall be paid by the contractor. 17. No bid bond is required for this project. 18. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 19. Contractor will be required to provide professional liability insurance and builders risk insurance in the amount of the bid. 20. The contractor is responsible for all trash and debris to be properly disposed of offsite. 21. Weld County is a tax-exempt entity. 22. Davis -Bacon and Buy American requirements are NOT required. 23. Contractor will be required to enter into a standard Weld County contract for this service. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion July 13, 2022 July 13, 2022 July 27, 2022 August 10, 2022 August 29, 2022 September 7, 2022 October 24, 2022 November 7, 2022 B2200111 10 PROPOSED DATES Please provide proposed start and completion dates for this project FEE Fee Proposal Lump Sum START DATE COMPLETION DATE r1,25 Week leJ -f -rwce 1 1( day t.;4 TOTAL BID $ 1% 0 L 9'1- B2200111 11 Attachment A Picture of Data Plate 82200111 oil V t -0- -o- aTr VOLTS s No • SO 1 ISIS -a- HZ SC PRASE / 414-304 Sao-460--4SU . CIRCUIT -3 CIRCUIT - t CIRCUIT -2 AMP* 18s MINIMUM LIRCUiT gMMCITY ATIIps RECOMMENDED in DUAL ELEMENT FUSE AMPS >:AXIMUM OVERCURRENT PROTECTION DEVICE SO YAL13 HI PRA if ILIA EA OTA FA c!0 40 t 18.2 117 lrrU 40 +3 271! 171 THE MANE COMPAtiv A ONTS1(NI 4f AS*F.A1<'.A►r STANDARD 'NC Cll1 INSVtLLE. I'MM 37040 SELUPAK8 MODELNUMIIPR SAHFC5040368C8808001ROCE0GOKLORN908s50 AIR coro1110aIrtc SYITEMS MIPMENT 0112 /ERiAI NUMBER 002006335 SELF - CO IAO tO (SW ? REFRIGERATION MACHINE FOR ouIOCOR INSTALLATION OW sit Ao01tlo%AL KAMErun IN OAS stAt SECTION W SW IMO RATIO VOLTAM £60 UTILIZATION YOLTAf E PAM; E N01AJMAl SYatiq YCLTAGtS COMPRESSOR MOTOR A COMPRESSOR MOTOR S COMPRESSOR MOTOR C COMPRESSOR MOTOR D COKOINFER FM MOTOR Ey fPGRATOR PAN -MOTOR DMAUMV PAM MGTOA SUPINFR u0TOS MECUM NEATER Ct' EVAPORAtORI MEAT TMt -e- ONI1 CONTROL CIRCUIT 4110 NI so 44 MAft RA EA 2 l.S s $T5 132 CKT 1 tact PACTORY. CI4ARGEQ _ EACe1 SYSTEM' 40 u LSO O A - ZS MOSTLEt mown LSO DEMO naluits 4t0 PEU felt uw Iftlof*THAL IN$TAWno* °sty FOR CCNTUIUtO IJP1Ct>rNT OPf1 AIION Or Mt win' FLIE$ TV lxii 10bt-f net. TC-11 MANUALS leek toe ICA It. - KW -O- VA VA 1 303T•-ttfl$-41301 - .t IASI - W S - al HA MOR REQ FOR Failu can VO IL F PO AV Fau diet bie PRODUCT CCMIAIMS FI8EP.S:ASS WOOII REFER TO OWNER'S INFORMATION NANO PROVIDED WITH THIS UNIT TOR ?RO? INSTALLATION. OPERATION AND MAISIE RICE INSTRUCTIONS. Disturbing the insulation in t product during Installati maintenance or repair will or. you to airborne particles of t�l wool Wen and ceramic (lb known to the State of California cause cantor through inhatati Canso wnol *thorn may alto CO rosp1ratory. akin or aye iX3tCA8 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 August 10, 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 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 proposal for Request No #B2200111 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 proposal sheets 4 The signed bid submitted, all of the documents of the Request for Proposal 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) maybe awarded to more than one vendor FIRM Ailefc 3 li/7f ti / , i l r�.766 11.J BUSINESS ,--2 -73 ADDRESS V��5 (C4AL7 / )t(- L'+ CITY, STATE, ZIP CODE FT (d /6/15 e, a-65-iq TELEPHONE NO q76-5IO-L z "fu FAX TAX ID # 27- IB-6O.59 Cc., Aiii€,...4) e----±,4-L.ALT... PRINTED NAME AND TITLZDG( UC-70s i SIGNATURE )__ _-,. E-MAIL delc1i? @ 11 i Cr. e—iy rc35 GI Lti-.-73, (u DATE a1 e(i (Z.21 - B2200111 _ 13 WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY Deputy Clerk to the Board Scott K James, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller B2200111 _ 14 ADDENDUM#1 BID REQUEST NO B2200111 LAW ADMINISTRATION ROOF TOP UNIT REPLACEMENT Currently Header on Bid Specs reads MANDATORY BID OPENING JULY 27, 2022 Change Change this to read MANDATORY PRE -BID CONFERENCE JULY 27,2022 (Bid opening date will remain August 10, 2022) ***We need signed copy on file Thank You,*** f Addendum received by Q0 CO -6,1,,,,,,1 cz t m'm1 S FIR 3,5C„,(K _:)f' V.4- ADDRESS cc)/(, (0 s -2q CITY AND STATE ---1.____)Cl.Ve Ge,,ki- dBY ij ekve Q no Ceti te/ke � Sd 1 f 7o i S . CO4-t EMAIL :J I July 18, 2022 Form (Rev Depai Intern m i a c 0 N N C ao v o : 0 ` c a o w n to a rli m d ®,,! October2018) trient of theTreasury d Revenue Service Request for Taxpayer identification Number and Certification 6 Go to www irs gov/FormW9 for instructions and the latest information Give Form to the requester Do not send to the IRS 1 Name (as shown on your income tax return) Name is required on Ibis Ilne do not leave !his line blank NORTHERN COLORADO ENERGY SOLUTIONS LLC 2 Business name/disregarded entity name, if different from above NOCO ENERGY SOLUTIONS 3 Check appropriate box for federal lax classification of the person whose name is entered on line 1 Check following seven boxes E Individual/sole proprietor or ❑ C Corporation ❑� S Corporation ❑ Partnership single -member LLC ❑✓ Limited liability company Enter the tax classification (C=C corporation, S=3 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 a single member LLC that is disregarded from the owner unless the another LLC that is not disregarded from the owner for U S federal tax purposes Otherwise a single is disregarded from the owner should check the appropriate box for the tax classification of its owner ❑ Other (see instructions) > only one of the ❑ Trust/estate . S 4 Exemptions certain entities, instructions Exempt payee Exemption code (if any) Op., to..counts (codes apply only to not individuals see on page 3) code (if any) 5 from FATCA reporting Do not check owner of the LLC is -member LLC that mantamedouNde the u s1 5 Address (number street and apt or suite no ) See instructions 3665 CANAL DR UNIT B Requester's name and address (optional) 6 City, state and ZIP code FORT COLLINS, CO 80524 7 Lot account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding For Individuals, this is generally your social security number (SSN) However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later For other entitles, 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 Mal Certification Under penalties of penury, I certify that 1 The number shown on this form is my correct taxpayer identification number (or I am waiting fora number to be issued to me), and 2 I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3 I am a U S citizen or other U S person (defined below) and 4 The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct Certification instructions You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have faded to report all interest and dividends on your tax return For real estate transactions, Item 2 does not apply For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN See the instructions for Part II, later or iEmployer Identification number 2 8 6 6 '9 Sign Here Signature of U S person General Instructions -g<i, _ 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 trs 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 be your social security number (SSN), 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 ,, 4/19/22 • 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 (student 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 with a TIN, you might be subject to backup withholding See What is backup withholding, later Cat No 10231X Form W-9 (Rev 10-2018) TRANE Job Name: 'P/eid County Law Office Prepared For Lin t Tag: RTU Qiantity: 1 Unit Overview Cooling Only / No Heat 11111 Height 87.000 in Unit Features 50 Ton Air Cooled Panel Hinged Access Doors Agency Approval Width 93 500 in 11.1 EER IRU w Galvanized DP/Access Doors cULus Approval 17.4 EER 508.14 MBh 63.44 kW Overall Length IlligfrFootprint Length 0.000 in 5300.00 ft Installed Weight 7888.0 lb Unit Electrical a a ak Power SupptyfCircutt Voltage/Phase/Frequency 460/60/3 .....MCA 148.00 A Condenser Fan 1 FLA Condenser Fan 2 FLA Condenser Fan 3 FLA Condenser Fan 4 FLA Circuit t MOP 187.00 A 2.10 A 2.10 A 2.10 A 2.10 A DSS 156.00 A "-Sear lin Mot' Unit Mounted Power Connection Supply Fan 1 FLA Relief Fan 1 FLA Other FLA 33.30 A 11.50 A 4.50 A SCCR Rating 5000.00 A Compressor 1 RLA Compressor 2 RLA Compressor 3 RLA 39.60 A 20.10 A 20.10A Condensing Section Compressor Count Compressor Stages Condenser Coll Face Area Condenser Coil Rows Function Heat Type & Capacity 3.00 Number 3.00 Number 116.00sgft 2.00 Number Cooling Only / No Heat No heat Refrigerant Charge Circuit I Refrigerant Charge Circuit 2 Design Ambient Temperature Condenser Fan Count Condenser Fan VFD Count Condenser Fan Size Condenser Fan HP (each) 50.8 lb 44.8 lb 95.00 F 4.00 Number 0.00 Number 30.000 in 1.500 hp 2022/08/01 11:46:07 EThC,e ' cf '4 Outside Air Control Job Name: Weld County Law Office Prepared For Unit Tag RTU Ouanbty I I Cooling Coil (DX) Section Type Rows Face Area Cu -Al 4.00 Number 38.00 sq ft Inputs Design Airflow Entering Dry Bulb Entering Wet Bulb 20000 cfm 80.00 F 60.00 F Cooling Performance) lline Leaving Coil Dry Bulb Leaving Coil Wet Bulb Gross Total Capacity Gross Sensible Capacity Gross Latent Capacity Net Total Capacity Net Sensible Capacity Net Sensible Heat Ratio .i 49.36 F 48.82 F 560.82 MBh 549.79 MBh 11.03 MBh 508.14 MBh 497.11 MBn 97.83 % Dual Su • •I Fan- Direct Drive & Variable Speed Supply Fan Supply Fan Count Supply Motor Count VFD Count Shaft Grounding Ring Filter Sections Quantity/Size - #1 Quantity/Size - #2 Face Area (sq ft.) Face Velocity (ft/min) 30 HP FC 2.00 Number 1.00 Number 1.00 Number Standard 3-12x24x19 3-12x24x2 42.00 sq ft 476 ft/min L Outside Air & Relief Sections nose Outside Air Section 0-100% Econ with Traq and DCV Total Static Pressure Supply Duct Return Duct Total Static Pressure Installed Point Load X1 Location Installed Point Load X2 Location Installed Point Load X3 Location installed Point Load X4 Location Unit Tag Address Baud Rate 1.500 in H2O 0500 in H2O 3.020 in H2O 0.33 ft 10.00 ft 19.67 ft 27.67 ft RTU 0.00 Number 76800 Performance Design Airflow Supply Duct Static Pressure Total Static Pressure Total Supply BHP Supply Fan Efficiency Grade Supply Fan Motor Heat 20000 cfm 1.500 in H2O 3.020 in H2O 18.99 bhp 0.00 Number 52.68 MBh Relief Section Fan Motor Airflow Return Duct Static Pressure Operating Speed Rapid Restart 100% Exhaust - 7.5 HP w/Statitrac 18000 cfm 0 500 in H2O 583 rpm Non Rapid Restart AHRI Certification Packaged Rooftop units cooling, heating capacities and efficiencies are rated within the scope of the Air -Conditioning, Heating & Refrigeration Institute (AHRI) Certification Program and display the AHRI Certified® mark as a visual confirmation of conformance to the certification sections of AHRI Standard 340-360 (I -P) and ANSIZ21 47 and 10 CFR Part 431 pertaining to Commercial Warm Air Furnaces. Certified units may be found in the AHRI directory at www.ahridirectory.org 2022/08/01 11:46.07 Page 2 of 14 CTRAIVE Job Name: Weld County Law Office Prepared For Unit Tag: RTU Quantity 1 LIFTING POINTS X 6 1 358 5/8" PLAN VIEW 825116" Hi `},1fi" 1"NPT F CONDENSATE DRAIN (BOTH SIDE) 1" NPT-F CONDENSATE DRAIN (130111 SIDE) (NOT USED ON UNITS A/ WITH OUP FANS) AL C, 102 11$" EXHAUST AIR OPENING r 39 9116` 513/18 513110 1 354" 110 t111G- 20911 " ..• • LEFT SIDE VIEW SUPPLY AIR OPENING 201 3/4" 12 1/16" PLAN VIEW OF UNIT 50 TON COOLING ONLY DIMENSION DRAWING 93 7/8" 10" NOTES 1 VERIFY WEIGHT, CONNECTION, AND Al L DIMENSION WITH INSTALLER DOCUMENTS BEFORE INSTALLATION 2 OVERALL UNIT WIDTH INCREASES 5/8" BEYOND LIFTING LUG WITH ULTRA LOW LEAK PO WE R EXHAUST DAMPERS 3 IF FIELD CONVERTING SUPPLY B RETURN OPENING(S) TO HORIZONTAL OR VERTICAL AIRFLOW, FACTORY MUST VERIFY IF UNIT OPTIONS WILL ALLOW IT FACTORY INSTALLATION IS ALWAYS RECOMMENDED t 3/8" DRAIN HOLES (ROTH SIDE) n1 82 13118" ►1 _ I ------$d i/2"" --e] 3 It8" SEE NOTE 3 —is FRONT VIEW 7-1 1/8" CONDUIT D C CONTROL CIRCUIT -1 1/8" CONDUIT A C CONTROL CIRCUIT 1 1/8- CONDUIT AC & DC CONTROL CIRCUIT 1/8" CONN TIIRU BASE FOR POWER SUPPLY 2022/08/01 11:46:07 Page 3 of 14 TRANE Job Name: Weld County Law Office Prepared For. Unit Tag: RTU Quantity. 1 VARIABLE OU►DOOR AIR UTDOORAIR EVAP COIL r"SUPPLYAIR SECTION FRFOIIENCY SECTION DAMPERS 1 DRIVE OPTION r- �• • 1• >_.- •• : • • .r� / • • F� • � `• N • a % •.„yii,.,ll • i� / •M •' \ I H I . • • f 1• EXIIAUST SECTION v r u RETURN AIR Fill ER SECTION DAMPERS ST SECTION ILTER i EVAP SECTION SUPPLY AIR SECTION • F a • 1 I M , • • • • • l T. ✓/SHAY► ♦ • . • r ♦ aT ` - 55 1 ON COOLING ONLY TYPICAL LAYOUT DIMENSiON DRAWING 2022MB/01 11:46:07 Page 4 of 14 TRANS Job Name: Weld County Law Office Prepared For - Unit Tag: RTU Quantity: 1 i 34 1/2" 44 1/2" �^ 23r r i RETURN I L CO lY w J L t ,-PANEL I I I PANEL C PANELA PANEL. C 70 11/16' 1 76 11116" PANEL A les I I 1 I I I. ---- 1 I SUPPLY i • L 237' 34 1/2" NOTES: 1. FOR HORIZONTAL DISCHARGE ON SFHL, SLHL AND SSHL UNITS, ONLY THE PANEL B CAN BE REMOVED PANELA CANNOT BE USED DUE TO THE LOCATION OF THE HEATING 2 ADD AN EXTRA 0 20 - INCHES PRESSURE DROP TO THE SUPPLY EXTERNAL STATIC ACCOUNT FOR THE EXTRA TURN THE AIR IS MAKING 3 THE OPENINGS ALL HAVE A 1 25 -INCH LIP AROUND THE PERIMFTFR TO FACILITATE DUCTWORKATTACHMENT 4 IF EXHAUST/RETURN fANSARF BEING USED, PROVISION SHOUL D BF MADE FOR ACCESS TO THE EXHAUST COMPONENTS SINCE THE ACCESS DOOR IS NOW BEING USED AS RETURN 5 USE THE DIMENSION PROVIDED AND THE SUPPLY CFM TO CAI GUI ATE THE VELOCITY (FT/MIN) THOUGHT THE OPENINGS TO BE SURF THEY ARE ACCEPTABLE COILS 50 TON HORIZONTAL DISCHARGE PANEL DIMENSION DRAWING 2O22/O8/01 11:46:07 Page 5 of 14 TWINE Job Name: Weld County Law Office Prepared rot: Unit Tag: RTU Quantity. 1 NOTES: f VERIFY WEIGHT, CONNECT ION, AND ALL DIMENSION WITH INSTALLER DOCUMEN IS BEFORE INSIAI t AT ION - 1 1/W CONDUIT A C CONTROL CIRCUIT 1 1/W CONDUIT 7-- 0 C CON EROL CIRCUIT r 1 1 1If3" CONDUIT AC DC CONTROL CIRCUIT 4 1/8" CONN THRU BASF FOR POWFR SUPPLY 50 TON POWER AND CONTROL OPENINGS DIMENSION DRAWING .41/8" 2O 718" 22 11W' 24" TW W- 8 34'-- 8 111W 2022/08/01 ' 1.46 01 Page 6 of 14 TRANE Job Name: Weld County Law Office Prepared For: Unit Tag: RTU Quantity: 1 I 5/8" 1/2" -•o I 3- 900 1 5/8' 5/W 9/16" 231C --al 30° 1' 4 5/8" i I 1" 350r 4 5 518" _4 13116- 5 13/16" TYPICAL PEDESTAL AND BASE DIMENSION DRAWING +-2 -- LIFTING LUG C LONG 3' TYPICAL PEDESTAL AND BASE PAN DETAIL SHIPS WITH CURB flUl D INSTALLED GASKET -� 3/8" --aj PEDESTAL ROOF CURB DETAIL 2022/08/01 11:46:07 a_21;2° -Will BASE f --LIFTING LUG / 4" LONG 3' 1 ,` -2' X 4" NAILER (FURNISHED WITH KR) TYPICAL ROOF CURB AND BASE PAN DETAIL DETAIL Page 7 of 14 TRANE Job Name Weld County Law Office Prepared For: Unit Tag: RTU Quantity: 1 0,0 Center of Grayly X- 16 14 It Center of Grayly Y 3 9811 Y Pt 2, X1 PL 4 X2 Port Load 1 624 6 lb Port Load 2: 733 9lb Port Load 3 835 21b Pont toed 4 944 4 lb Pont triad 5- 1,045 7 lb Point Load t3 1,155 0 lb Pont Load 7:1,220.0 lb Point Load 8 1,329 31b Point Load 9 N%A Port Load 10: NSA Total Weight 7.888 0 lb Pont load Pont toad Pont load Pont load Pont load X location 1. 0 33 ft X location 2 10 00 ft X location 3: 19 67 1t X location 4: 27 67 ft X location 5: WA Port load Y location 1 WA Port load Y location 2 N/A PL 6 X3 PL 1, X1 X PL 3, X2 PI 5, X3 PL 7, X4 PL 9, X5 CENTER OF GRAVITY AND INSTALL WEIGHT X -Y POINTS Pt X4 DRAWING Notes 1 The actual weight is stamped on the unit nameplate 2 The weight shown represents the typical unit operating weight for the configurulun selected Estimated at 4i- 10% of the nameplate weight 3 Design Special weights are not displayed Any weight added through COO (Custom Order Design) wdl not be accounted in the +1- 10% estimate 4 When ? or more units are to be placed side by side, the distance between the unis should be increased to 150% of the recommended single unA clearance The units should also be staggered to reduce span deflection 8 assure proper delusion of exhaust an. PI 10, X5 2022/08/01 11:46:07 Page 8 of 14 TI ANE Job Name: Weed County Law Office Prepared For Unit Tag: RTt1 Quantity: 1 Cl EARANCE 7r 36" 96" en rs ♦`♦ _ Note. When 2 or more units are to be placed side by side, the distance between she units should be ncreased to 150% of the recommended single unt clearance The units should also be staggered to reduce span deflection & assure proper diffusion of exhaust air. CI FARANCE CENTER OF GRAVITY AND INSTALL WEIGHT X -Y POINTS AIR COOLED DRAWING 2022/08/01 11:46:07 Page 9 of 14 0 TWINE Job Name: Weld County Law Office Prepared For: Unit Tag: RTU Quantity: 1 14 1116 1 13/18" 6913/ i tr 229 15/18" RETURN / EXHAUST OPENING 1 1/8" 84 13/16' 94 1/16" 40150 TON ISOMETRIC VIEW 229 5'8" 128 9116" --29 15/18" 40150 TON PLAN VIEW SUPPLY OPENING PEDESTAL 1 9515/16' I l 12" a 1 2022/08/01 11:46:07 Page 10 of 14 TRAIN Job Name: Weld County Law Office Prcpared For: Unit Tag: RTU Quantity: 1 J z BQQQ;eo@;mgre 4 11/16" 2 1/8" DIMENSION DRAWING an-- 1 11tti" 2022/08/01 11:46:07 Page 11 of 14 TRAM Job Name Weld County Law Office Prepared For: Unit Tag: RTU Quantity I 2 7/S" 411/16" NO 0 CANCEL a i i DIMENSION DRAWIN G 11/16" 2022/06/01 11:46:07 Page 12 of '4 Job Name: Weld County Law Office Prepared For: Unit rag: RTU Quantity: 1 r t 23/4" 4 1/2" DIMENSION DRAWING r i L 3 dimmtr 2022/08/01 11:46:07 Page 13 of 14 MANE Job Name: Weld County Law Office Prepared For: Unit Tag: RTU Quantity: 1 CUSTOMER CONNECTION WIRE RANGE NOTES: COMPONENT TYPE/SIZE WIRE OTY PER PHASE WIRE RANGE TERMINAL BLOCK AND STD SCCR DISCONNECT SWITCH SIZES ARE CALCULATED BY SELECTING THE SIZE GREATER THAN OR EQUAL TO 1.15 X (SUM OF UNIT LOADS) SEE UNIT LITERATURE FOR UNIT LOAD VALUES 510A TERMINAL BLOCK 2 BAWD - 250 kcmi i. 760A TERMINAL BLOCK 2 4 AWG - 500 kcmd 150A DISCONNECT SWITCH (STD SCCR) 1 14 AWG 310 AWG 250A DISCONNECT SWITCH (STD SCCR) _ 1 3/0 MAC - 350 kcmd - 400A DISCONNECT (STD SCCR) 2 210AWG -500 kcmd SWITCH 600ADISCONNECT SWITCH (STD SCCR) _ 2 2/0AWiG-500Immi HIGH SCCR DISCONNECT SWITCH SIZES ARE CALCULATED BY SELECTING THE SIZE GREATFR THAN OR EQUAL TO 1 25 X (SUM OF UNIT LOADS) SEE UNIT LITERATURE FOR UNIT LOAD VALUES. 150A DISCONNECT SWITCH (HIGH SCCR) 1 14 AWG - 310AWG 250A DISCONNECT SWITCH (HIGH SCCR) 1 3/OAWG - 350 kcmil ` 400A DISCONNECT SWITCH (HIGH SCCR) 2 2/0AWG - 500 kcmd 600A DISCONNECT SWITCH (HIGH SCCR) 2 210 AWG - 500 kcmil "250A DISCONNECT SWITCHES CAN ACCOMMODATE 4AWG-4/OAWG IF LUG SCREWS ARE CHANGED TO S1A59551 KIT (PROVIDED WITH UNIT) 2022/08/01 11:46:07 Page 14 of 14 NORTCOL-05 TLESSER CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 9/1/2022 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 Renaissance Insurance Group PO Box 478 Windsor, CO 80550 CONTACT Scott Runyan NAME: (aCPHONE FAX , No, 0.): (970) 236-8272 (AIC, No,: nio"RIEss: srunyan@reninsurance.com INSURERS) AFFORDING COVERAGE NAIL # INSURER A: Employers Mutual Casualty Co 21415 INSURED Northern Colorado Energy Solutions, LLC 3665 Canal Dr, Unit B Fort Collins, CO 80524 INSURER B:Pinnacel Assurance 41190 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 FR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIO ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TINTIN TYPE OF INSURANCE ADD- S II; tat- WVD POLICY NUMBER POLICY EFF (MM/DD/YYWI POLICY EXP IMM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR x x 6D23292 7/27/2022 7/27/2023 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES LEa occurrence) $ 500,000 MED EXP (Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY Mi. LOC OTHER: GENERAL AGGREGATE $ 3,000,000 PRODUCTS - COMP/OP AGG $ 3,000,000 $ A AUTOMOBILE LIABILITY X ANY AUTO OWNED AUTOOS ONLY AUTOS ONLY SCHEDULED AUTOpSW�J _ AUOTOS ONLY X X 6E23292 7/27/2022 7/27/2023 COMaaccident)_INED SINGLE LIMIT (E $ 1,000,000 Boo, INJURY (Per person) $ BODILY INJURY (Per accident) $ (P Oa1Rd ntDAMAGE $ A X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE 6J23292 7/27/2022 7/27/2023 EACH OCCURRENCE $ 2,000,000 AGGREGATE 0 2,000,000 DED I X I RETENTIONS 0 5 B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/ N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below X N / A 4174014 7/1/2022 7/1/2023 X STATUTE I I EORH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1'000'000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Installation Floater 6C23292 7/27/2022 7/27/2023 Limit 250,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD C01, Additional Remarks Schedule, maybe attached if more space is required) Subject to policy fors, conditions, definitions and exclusions. RE: Law Administration Building Roof Top Unit Replacement Weld County, Colorado, its elected officials, and its employees are included as additional insured with respect to General Liability and Auto Liability. Waiver of subrogation applies with respect to General Liability, Auto Liability and Workers Compensation. All of the above only applies when required by written contact. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County tY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street Greeley, CO 80631 UTHHORIZEDREPRESENTATIVE AUTHORIZED REPRESENTATIVE p.VA)..0C, Lilt, ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name" NOCO ENERGY SOLUTIONS Contract Name* LAW ADMISTRATION RTU REPLACEMENT Contract Status CTB REVIEW Entity ID* 00043455 ❑ New Entity? Contract ID 6284 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanWco.weld.co.us Contract Description* REPLACE THE RTU UNIT AT THE LAW ADMINISTRATION BUILDING Contract Description 2 Contract Type" CONTRACT Amount $200,706.00 Renewable* NO Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 09108; 2022 09,122022 Department Email CM- BuildingGroundsAweldgov.c orn Department Head Email CM-BuildingGrounds- DeptHeadloweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY O W E LDG OV.COM Will a work session with I3OCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* 62200111 If this is a renewal enter previous Contract ID If this is part of a NSA enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date" Renewal Date 05 15 2023 Termination Notice Period Committed Delivery Date Expiration Date. 06,302023 Contact Information Contact Info Contact Name Contact Type Contact Email Purchasing Purchasing Approver CHRISTIE PETERS Approval Process Department Head TOBY TAYLOR DH Approved Date 09,05/2022 Final, Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09'14 ' 2022 Originator SCEESAMAN Finance Approver CHERYL PATTELLI Contact Phone I Contact Phone 2 Purchasing Approved Date 0911!2022 Finance Approved Date 09,07;2022 Tyler Ref 1 - AC 091422 Legal Counsel BRUCE BARKER Legal Counsel Approved Date 09'09,2022 August 23, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Law Administration Roof Top Unit Replacement — 82200111 As advertised this bid is for replacing the aging Roof Top Unit on the Law Administration Building. Step 10 of the specifications in bid documents stated: 10. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities and specifications. In addition, the bid specifications state: "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 maybe disqualified." The low bid is from MTECH Mechanical. However, MTECH failed to provide the manufacturers specifications of proposed replacement equipment. Due to this omission, MTECH Mechanical's bid is incomplete, and there is no way to confirm what the proposed equipment is or if it meets the minimum capacities and specifications of the equipment that is being replaced. The second low bidder is Northern Colorado Energy Solutions LLC. Their bid is complete and meets specifications. Therefore, the Facilities department is recommending award of the bid to Northern Colorado Energy Solutions LLC in the amount of 200,706.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Ow 29 Z�ZZ- X5`1 BEI CoZ-I WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: reverett(8weldgov.com E-mail: cgeisertaweldoov.com E-mail : cmpeters 8 weldgov.com Phone: (970) 400-4222 or 4223 Fax: (970) 400-4024 DATE OF BID: AUGUST 10, 2022 REQUEST FOR: LAW ADMINISTRATION BUILDING ROOF TOP UNIT REPLACEMENT DEPARTMENT: FACILITIES BID NO: B2200111 PRESENT DATE: AUGUST 15, 2022 APPROVAL DATE: AUGUST 29, 2022 VENDOR MTECH MECHANICAL 5809 WRIGHT DRIVE LOVELAND CO 80538 START DATE 3/27 NORTHERN COLORADO ENERGY SOLUTIONS LLC 4/3/2023 3665 CANAL DR, UNIT B 25 wk lead time FT COLLINS CO 80524 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. FINISH DATE TOTAL 3/31 $165,702.00 14 days from $200,706.00 arrival of unit. 2022-2357 oDN dg/l5
Hello