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
20223429.tiff
October 3, 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: Engineering Services for Public Health Variable Air Volume (VAV) Replacement and Intermediate Distribution Frame (IDF) Cooling Design (92200137) As advertised this bid is for design services at the Weld County Public Health Building for the replacement of the VAV's as well as the cooling needs for the IDF room. The low bid is from G2 Consulting Engineers and meets or exceeds specifications. Therefore, the Facilities Department is recommending the award to G2 Consulting Engineers in the amount of $11,800.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director &e-71,d_e-A-6 /..Q -/iv ---/a2 A /0.21O 2022-3429 434aaai/ Con-Vvac, 11 )4 c05Z(o PROFESSIONAL SERVICE AGREEMENT BETWEEN WELD COUNTY AND G2 CONSULTING ENGINEERS, INC PUBLIC HEALTH BUILDING (VAV) REPLACEMENT & IDF ROOM COOLING DESIGN THIS AGREEMENT is made and entered into thisj'day of pec.ero , 2022, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and G2 Consulting Engineers, Inc., hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing and has the specific ability, qualifications, and time to perform the required services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the services as set forth below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the attached Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) or Request for Proposal (RFP) as set forth in Bid Package No. B2200137 Exhibit B consists of Contractor's Response to County's Request. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order, unless approved and documented otherwise by the County Representative. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement, unless approved and documented otherwise by the County Representative. 2 6. Compensation. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay Contractor an amount not to exceed $11,800.00 as set forth in the Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County as required pursuant to the Weld County Code. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of the Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, documents, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained 3 and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of the Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. For work in which Contractor produces a design to be used for construction purposes, Contractor shall carefully check all unit quantities and quantity calculations and shall submit them for County review. If the County experiences additional costs during project construction which are directly associated with errors and omissions (professional negligence) which require change orders to the construction contract resulting in costs greater than the construction contract bid unit costs, Contractor shall be financially liable for such increased costs. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default exists shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of 4 the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance. Workers' Compensation / Employer's Liability Insurance as required by state statute, covering all of the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal injury $5,000; Medical payment per person. Automobile Liability Insurance: Contractor shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability). The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $1,000,000 Per Loss; $2,000,000 Aggregate. b. Proof of Insurance. Upon County's request, Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. County may require Contractor to provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to their commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. 5 d. 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 an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. Contractor agrees to maintain these documents for three years from the date of the last payment received. 6 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of Work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required and received by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice may be sent to: TO CONTRACTOR: Name: Kalib Ainsworth Position: Project Manager Address: 5000 Goodman Street Unit 100 Address: Timnath, CO. 80547 E-mail: kainsworth@g2ce.com Phone: 970-397-0390 TO COUNTY: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street Address: Greeley, CO 80634 E-mail: ttavlor@weldgov.com Phone: 970-400-2020 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 7 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 state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including, without limitation, the warranties, indemnification obligations, confidentiality and record keeping requirements) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any 8 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 or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the subcontract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all of 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. 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. 9 32. Binding Arbitration Prohibited. Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: G2 Consulting Engineers, Inc. By: G2 Consulting Engineers Name: Kalib Ainsworth, CHD, LEED AP BD+C Title: _ Project Manager WELD TOU]j1T,jf) '� " •� ATTEST: ��'''" �' Weld r ojinty Clerk to the oard BY. Deputy Clerk 1, the : oar./ I 10 November 29, 2022 Date of Signature /fl ,(7/ / - Y- BOARD OF COUNTY COMMISSIONERS WELCOUNTY, COLORADO Scots K. James, Chair DEC 1 2 2022 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: SEPTEMBER 1, 2022 BID NUMBER: B2200137 DESCRIPTION: ENGINEERING SERVICES FOR PUBLIC HEALTH VARIABLE AIR VOLUME (VAV) REPLACEMENT AND INTERMEDIATE DISTRIBUTION FRAME (IDF) COOLING DESIGN DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: SEPTEMBER 16, 2022 BID OPENING DATE: SEPTEMBER 30, 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: ENGINEERING SERVICES FOR PUBLIC HEALTH VAV REPLACEMENT AND IDF COOLING DESIGN A mandatory pre -bid conference will be held on September 16, 2022 at 1:00 PM at the Weld County Public Health Building located at 1555 N. 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: September 30, 2022 at 11:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on September 30, 2022 at 11:30 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: 146 251 013# PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise. equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: 1. Emailed bids are required. Email bids to bidsweldqov.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 your bid is received Please call Purchasing at 970-400-4222 or 4223 with any questions 3. INSTRUCTIONIS TO BIDDERS INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department Each bid must give the full business address of bidder and be signed by him with his usual signature Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter The name of each person signing shall also be typed or printed below the signature A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder All corrections or erasures shall be initialed by the person signing the bid All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of'this bid as stated or implied herein All designations and prices shall be fully and clearly set forth All blank spaces in the bid forms shall be suitably filled in Bidders are required to use the Bid Forms which are included in this package and on the basis indicated in the Bid Forms The Bid must be filled out completely, in detail, and signed by the Bidder Late or unsigned bids shall not be accepted or considered It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders " Bids received prior to the time of opening will be kept unopened in a secure place No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified Bids may be withdrawn upon written request to and approval of the Weld ,County Controller, said request being received from(the withdrawing bidder prior to the time fixed for award Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C R S § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County) Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County The bid(s) may be awarded to more than one vendor In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the, Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County The County may require a separate contract, which if required, has been made a part of this RFB 4 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 under 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 BID REQUEST #B2200137 Page 2 alien to perform work under this Agreement. Successful bidder 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 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 not 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 from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. BID REQUEST #B2200137 Page 3 n 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 for 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 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 BID REQUEST #B2200137 Page 4 M Extension or Modification Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder N Subcontractors The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors O Warranty The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests Service Calls in the First One Year Period The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted 1 Detailed equipment specifications to include the warranty 2Descriptive 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 BID REQUEST #B2200137 Page 5 S Employee Financial Interest/Conflict of Interest — CRS §§24-18-201 et seq and §24-50-507 The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement No employee of the successful bidder nor any member of the'successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder T Severability If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra- judicial body or person Any provision to the contrary in the contract or incorporated herein by reference shall be null and void ✓ Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee W Compensation Amount Upon the successful bidder's successful completion of the service, and ' County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld X Taxes County Board of County Commissioners, as required pursuant to the Weld County Code County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County 6 INSURANCE REQUIREMENTS Insurance and Indemnification Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuantto this request Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A" VIII or better Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional Contract Professional shall be responsible for the payment of any deductible or self - insured retention County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims BID REQUEST #B2200137 Page 6 The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, o missions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or o missions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, o r on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. BID REQUEST #B2200137 Page 7 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract, and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed Minimum Limits Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid Proof of Insurance County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion Additional Insureds For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured Waiver of Subrogation For all coverages, Contract Professional's insurer shall waive subrogation rights against County Subcontractors All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement Those documents are specifically incorporated herein by this reference / BID REQUEST #B2200137 Page 8 1 SCOPE OF WORK ENGINEERING SERVICES FOR PUBLIC HEALTH VARIABLE AIR VOLUME (VAV) REPLACEMENT AND INTERMEDIATE DISTRIBUTION FRAME (IDF) COOLING ;I ESIGN OVERVIEW: Weld County is seeking bids for Mechanical, Electrical, Plumbing (MEP) Design and Engineering services for the replacement of the VAV's and the IDF room cooling system at the Weld County Public Health Building located at 1555 N 17th Avenue, Greeley Colorado METHOD OF PROCUREMENT: Request for Bid (RFB) Request for Bid (RFB) is a procurement method often referred to as a sealed bid solicitation When issued, the bid package is considered complete for bidding put poses Responsiveness to the solicitation's terms and conditions are required Incomplete or non -responsive bids will be eliminated from consideration Low price is the key consideration by Weld County in awarding an RFB the contract SCOPE OF WORK: Weld County is needing to replace all the existing VAV's that are applicable to AHU-1, AHU-2, and AHU- 3 at the Public Health Building The affected VAV's are original to the building when it was built in 1998 This scope would include the design and engineering services for the replacement of each VAV along with all associated controls, ducting, hydronics, electrical, or control valves or any associated equipment to provide a fully functional HVAC system Currently the existing IDF room in the Public Health Building does not have a designed or dedicated cooling system Weld County is needing the design and engineering services firm to design a cooling system(s) that would provide the necessary cooling needs for this space with careful consideration of the sensitive equipment that is utilized here Weld County has a copy of the drawings from the original design in scanned PDF's but does not have a CAD version of drawings 1 Consultant shall provide stamped drawings and engineering documents for each of the scopes described above These documents and specifications will be used for Weld County to seek a bid for the procurement and install of designed equipment and systems 2 Consultant will be responsible for reviewing existing conditions and systems to best determine what is needed to accomplish the designated task(s) While keeping the ducting and air handlers as currently designed 3 New equipment shall be sized and designed to meet the needs of the spaces in which they serve 4 All piping and electrical requirements shall be a part of this contract and be all inclusive of a fully operational system and or systems as needed for each space 5 Consultant shall advise of what control system(s) are needed to maintain current control functions on new equipment 6 There is no current balance or testing reports for either building Consultant will be required to gather any and all information and or data needed 7 Consultant is required to verify that any new design and or equipment meets the needs and functions of the building Including but not limited to decibel levels of equipment when running as to not interfere with normal day to day operations and or employees that work in the building BID REQUEST #B2200137 Page 9 DATA AND INFORMATION REVIEW: The Consultant shall be responsible for researching, collecting, and analyzing relevant information needed to effectively execute tliis scope of work The Consultant shall be responsible for 1 Familiarizing themselves with applicable local, state, and federal regulations 2 Weld County will provide copies existing plans, as -needed, on a per -project basis CAD/AutoCAD copies of plans are typically NOT available 3 Working with County personnel and attending a weekly design meeting in person at the Weld County Facilities Building at 1105 H Street, Greeley, Colorado At a minimum this will be through the design phase until complete and three meetings throughout the completion of the project This does not include and is in addition to the de -briefing as mentioned below with the County Project Team PROJECT SUMMARY AND REP I=RT: Upon completion of construction work, the consultant shall prepare final as built of the project 1 Provide to Weld County one (1) set of hardcopies and one (1) set of PDF documents of the completed project Along with AutoCAD files with final as built of the project 2 Conduct a post limeeting debriefing discussion with the County Project Team USE OF SUB CONSULTANTS: The consultant shall indicate in their bid any work intended to be performed by sub -consultants or persons outside of their firm The consultant shall name the sub -consultants, if known, at the time of bid submittal QUALIFICATIONS & INSURANCE: Qualifications and insurance, at a minimum, should include the following ® The consultants) must have Engineer(s) current State license(s) ® Must carry Professional Liability Insurance (PLI), also referred to as Professional Indemnity Insurance (PII) but more commonly known as Errors & Omissions (E&O) BID SUBMITTAL: Please submit your bid, addressing each of the following items in the order as outlined below As time is of the essence, brevity is appreciated Consultants should provide only the information requested, and present it in a clear, concise manner Incomplete bids may be rejected A Signed SIGNATURE PAGE of this RFB B Summary of the bid, including Statement of Understanding showing familiarity with the Scope of Work BID REQUEST #B2200137 Page 10 C Organizational chart and resumes of all key staff and core staff that will be involved with , providing services, including 1) Identify who will act as the primary contact person to Weld County for this project 2) List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer D Proposed Project Schedule 1) Describe how your firm handles the various communications, including meetings and project schedules, to keep the project running smoothly 2) Describe how your firm can respond to quick -hitting design requests requiring turnaround times to be expedited in some instances E Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet 1) Include the name of the sub -consultant and a statement of qualifications of the sub - consultant AWARD AN AGREEMENT: A sample of Weld County's "Professional Services Agreement" is included with this Request for Bid and posted on the web site It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your bid The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests BID REQUEST #B2200137 Page 11 SCHEDULE. Below is the anticipated schedule for this project Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project Completion PROPOSED DATES: September 1, 2022 September 2, 2022 September 16, 2022 September 23, 2022 September 30, 2022 October 17, 2022 October 31, 2022 December 1, 2022 Please provide proposed start and completion dates for based on contract execution being October 31, 2022 for this project FEES: Provide complete cost for the base bid START DATE COMPLETION DATE TOTAL LUMP SUM BID $ BID REQUEST #B2200137 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 11:00 AM on September 30, 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. on or before the bid opening *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2200137 Page 13 The undersigned, by his or her signatire, hereby acknowledges and represents that: 1. The bid proposed herein meets a I of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2200137. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM CCLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0722 BID REQUEST #B2200137 Page 14 Exhibit B SCOPE OF WORK ENGINEERING SERVICES FOR PUBLIC HEALTH VARIABLE AIR VOLUME (VAV) REPLACEMENT AN INTERMEDIATE DISTRIBUTION FRAME (IDF) COOLING DESIGN OVERVIEW: Weld County is seeking bids for Mechanical, Electrical, Plumbing (MEP) Design and Engineering services for the replacement of the VAV's and the IDF room cooling system at the Weld County Public Health Building located at 1555 N 17' Avenue, Greeley Colorado METHOD OF PROCUREMENT: Request for Bid (RFB) Request for Bid (RFB) is a procurement method often refeued to as a sealed bid solicitation When issued, the bid package is consideied complete for bidding purposes Responsiveness to the solicitation's teams and conditions ale iequiied Incomplete of non -response e bids will he eliminated born consideration Low price is the key consideration by Weld County in awarding an RFB the contract i SCOPE OF WORK: Weld County is needing to replace all the existing VAV's that are applicable to AHU-1, AHU-2, and AHU- 3 at the Public Health Building The affected VAV's are original to the building when it was built in 1998 This scope would include the design and engineering services for the replacement of each VAV along with all associated controls, ducting, hydronics, electrical, or control valves or any associated equipment to provide a fully functional HVAC system Currently the existing IDF room in the Public Health Building does not have a designed or dedicated cooling system Weld County is needing the design and engineering services firm to design a cooling system(s) that would provide the necessary cooling needs for this space with careful consideration of the sensitive equipment that is utilized here Weld County has a copy of the drawings from the original design in scanned PDF's but does not have a CAD version of drawings 1 Consultant shall provide stamped drawings and engineering documents for each of the scopes described above These documents and specifications will be used for Weld County to seek a bid for the procurement and install of designed equipment and systems 2 Consultant -will be responsible for reviewing,existing conditions and systems to best determine what is needed to accomplish the designated task(s) While keeping the ducting and air handlers as currently designed 3 New equipment shall be sized and designed to meet the needs of the spaces in which they serve 4 All piping and electrical requirements shall be a part of this contract and be all inclusive of a fully operational system and or systems as needed for each space 5 Consultant shall advise of what control system(s) are needed to maintain current control functions on new equipment 6 There is no current balance or testing reports for either building Consultant will be required to gather any and all information and or data needed 7 Consultant is required to verify that any new design and or equipment meets the needs and functions of the building Including but not limited to decibel levels of equipment when running as to not interfere with normal day to day operations and or employees that work in the building BID REQUEST #62200137 Page 9 DATA AND INFORMATION REVIEW. The Consultant shalt be responsible for researching, collecting, and analyzing relevant information needed In effectively execute this scope of work The Consultant shall be responsible for 1 Familiarizing themselves with applicable local, state, and federal regulations 2 Weld County will provide copies existing plans, as -needed, on a per -project basis CAD/AutoCAD copies of pla s are typically NOT available 3 Working witl i County personnel and attending a weekly design meeting in person at the Weld County Facilities Building at 1105 H Street, Greeley, Colorado At a minimum this will be through the design phase until complete and three meetings throughout the completion of the project This does not include and is in addition to the de -briefing as mentioned below with the County Project Team PROJECT SUMMARY AND REPORT: Upon completion of construction work, the consultant shall prepare final as built of the project 1 Provide to Weld County one (1) set of hardcopies and one (1) set of PDF documents of the completed project Along with AutoCAD files with final as built of the project 2 Conduct a post -meeting debriefing discussion with the County Project Team USE OF SUB CONSULTANTS: The consultant shall indicate in their bid any work intended to be performed by sub -consultants or persons outside of their firm The consultant shall name the sub -consultants, if known, at the time of bid submittal QUALIFICATIONS & INSURANCE. Qualifications and insurance, at a minimum, should include the following ® The consultant(s) must have Engineer(s) current State license(s) ® Must carry Professional Liability Insurance (PLI), also referred to as Professional Indemnity Insurance (PII) but more commonly known as Errors & Omissions (E&O) BID SUBMITTAL. Please submit your bid, addressing each of the following items in the order as outlined below As time is of the essence, brevity is appreciated Consultants should provide only the information requested, and present it in a clear, concise manner Incomplete bids maybe rejected A Signed SIGNATURE PAGE of this RFB B Summary of the bid, including Statement of Understanding showing familiarity with the Scope of Work BID REQUEST #B2200137 Page 10 4 C Organizational chart and resumes of all key staff and core staff that will be involved with providing services, including 1) Identify who will act as the primary contact person to Weld County for this project 2) List specific personnel proposed for the project team and provide a resume for each of your proposed team members along with a copy of current state licensing for each architect or engineer D Proposed Project Schedule 1) Describe how your firm handles the various'communications, including meetings and project schedules, to keep the project running smoothly 2) Describe how your firm can respond to quick -hitting design requests requiring ` turnaround times to be expedited in some instances E Statement of consultant's intent to sublet portions of the work, identifying what is intended to be sublet 1) Include the name of the sub -consultant and a statement of qualifications of the sub - consultant AWARD AND AGREEMENT: A sample of Weld County's "Professional Services Agreement" is included with this Request for Bid and posted on the web site It is expected that any exceptions or requested additions to the attached agreement be stated and submitted with your bid The County makes no guarantee any changes or concessions to the standard agreement will be made but will review and consider all requests BID REQUEST #B2200137 Page 11 SCHEDULE. Below is the anticipated l schedule for this project Date of this Bid Advertisement Date Pre -bid conference Bid Q luestions Due Bids Are Due Bid Award Notice Contr ct Execution Project completion September 1, 2022 September 2, 2022 September 16, 2022 September 23, 2022 September 30, 2022 October 17, 2022 October 31, 2022 December 1, 2022 PROPOSED DATES. Please provide proposcd start and completion dates for based on contract execution being October 31, 2022 for this project FEES: Provide complete cost for the base bid START DATE COMPLETION DATE TOTAL LUMP SUM BID $ 11,800 00 BID REQUEST#B2200137 Page 12 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 11:00 AM on September 30, 2022: 1) Pages 9 thru 14 of the Bid Specifications. 2) W9, if applicable* 3) Any future Addenda must be completed. 4) All other items as requested in the Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2200137 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2200137. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM G2 Consulting Engineers BUSINESS ADDRESS 5000 Goodman Street, Unit 100 CITY, BY Kalib Ainsworth (Please print) Timnath STATE, CO DATE 09/30/2022 ZIP 80547 TELEPHONE NO SIGNATURE (,/ (f) 970.460.4700 FAX it E-MAIL TAX ID # 81-3671664 CODE kainsworth@g2ce.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Wed County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0722 BID REQUEST #B2200137 Page 14 ® Form (Rev October2018) Popanment of the Treasury tnternal Revenue Service Request f �.ir Taxpayer identification Number and Certification I> Go to www irs gov/FormW9 for instructions and the latest information Give Form to the requester Do not send to the IRS . a o d c o` 2 48 rn llr. U 62 v y ji 1 Name (as shown on your Income tax return) Name is required on this line do not leave this lire blank G2 Consulting Engineers, Inc 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1 Check fallowing seven boxes ❑ Individual/sole propnetor or ❑ C Corporation ❑✓ S Corporation ❑ Partnership single -member LLC ❑ Limited liability company Enter the tax classification (C=C corporation S=S corporation P=Partnership) Note Check the appropnate 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) D only one of the ❑ Trust/estate D 4 Exemptions certain entities instructions Exempt payee Exemption ode rf ( an (MPhes io eccnunls (codes apply only to not individuals, see on page 3) code (if any) from FATCA reporting , Do not check owner of the LLC is -member LLC that n�emlained onlsitle the U S ) 5 Address (number, street, and apt or suite no ) See instructions 5000 Goodman Street, Unit 100 Requester's name and address (optional) City, state, and ZIP code Timnath, CO 80547 7 Lot account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropnate box The TIN provided must match the name given on line 1 to avoid I Social security number backup withholding For Individuals, this is generally your social security number (SSN) However, fora ( I resident alien, sole propnetor, or disregarded entity, see the instructions for Peri I, later For other entities, it is your employer identification number (EIN) If you do not have a number, see How to get a TIN, later or Note It the account ism 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 Employer identification number 8 3 6 7 6 4 4 "Wai Certification Under penalties of penury, I certify that 1 The number shown on this form is my correct taxpayer identification number (or t am waiting fora number to be issued to me) and 2 I am not subject to backup withholding because (a) I em 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 failed to report all interest and dividends on your tax return For real estate transactions, item 2 does not apply For mortgage interest pad, acquisition or abandonment of secured property, cancellation of debt contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN See the instructions for Part II later Sign Here Signature of T� p fit. S person b. Date ► 01/12/2022 General Instructions Section references are to the Internal Revenue Code unless otherwise noted Future developments For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www irs gov/FormW9 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) 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 -S to the requester with a TIN, you might be subject to backup withholding See What is backup withholding, later Cat No 1023. Form W-9 (Rev 10 201 e) ge CONSULTING ENGINEERS, INC. David Manring, PE, CEM, LEED AP Principal Mechanical Director David serves as the Mechanical Director for G2 Consulting Engineers providing direction and leadership for all mechanical, plumbing and commissioning work. David has more than 15 years of experience and is a founding member of the firm. His career began in Southern California where he was involved with project types ranging from healthcare, commercial, manufacturing, restaurant, retail, education, municipal, and hospitality. David moved to Colorado in 2006 and continued his career with an emphasis in the gaming and hospitality markets among others. His diverse portfolio of projects includes a variety of clients, uses, and building construction types. Being a Certified Energy Manager, coupled with extensive energy modeling, field and commissioning experience has given David a unique understanding of energy use within buildings. Being involved in many market segments has helped David develop an awareness of client and project require- ments, with a strong focus on details that make a project successful. Coupling David's time spent commissioning, energy modeling, and performing energy audits with his design and project management experience has given him a unique perspective of understanding all the critical details in- volved in the successful integration of HVAC systems into any number of project types. Outside of the office, he enjoys spending time in Colorado's great outdoors, hiking, snowboarding, and spending time with family and friends. rs v EDUCATION , REGISTRATIONS, CERTIFICATIONS Bachelor of Science, Mechanical Engineering Cal Poly University, 2001 Professional Engineer, Mechanical Engineering 0 AEE Certified Energy Manager (CEM) -> LEED Accredited Professional 0 ASHRAE Member RELATED PROJECT EXPERIENCE 0 Poudre Fire Authority —Station # 4, LEED Gold Certified 0 Poudre Fire Authority —Station # 8, Timnath 0 Mountain View Fire Maintenance Facility 0 Fort Collins Montessori School 0 Weld County Jail Expansion and Renovation 0 Union Colony Prep School Expansion 0 Colorado State Parks - Mancos Maintenance Building 0 Colorado State Parks - Golden Gate Maintenance Building 0 Galeton Fire Station #2 0 Timnath Park Restroom 0 USDA Fort Collins —Chiller Replacement project Raindance Raw Water Pump Station COLORADO Department of Regulatory Agencies Division of Professions and Occupations Below are your electronic wallet cards to use as proof of your license. You can also print your license at any time by visiting www.colorado.gov/dora/DPO_Print_License and following the instructions listed. If you would like a more durable wallet card option, you can order one for a tee by visiting www.nasbastore.org and selecting the "Colorado License Cards" link on the left hand side of the page, If you prefer, you can also contact NASBA by phone at 1-888-925-5237 or by email at nasbastore@nasba.org. Should you have questions about your credential, or need other information please contact our Customer Service Team at 303-894-7800 or dora_dpo_licensing@state.co.us. Colorado Department of Regulatory Agencies Division of Professions and Occupations State Board of tecensuro for Architects, Professional Engineers and Professional Land Surveyors David Glenn Manring Professional Engineer PE.005451 7 Number Active Credential Status 11/01/2021 Issue Date 10/31/2023 Expire Date Veyi(y this credential at: dpo.colorado.gov Division Director}'Ronne Hines Credential Holder Signature Colorado Department of Regulatory Agencies Division of Professions and Occupations State Board of [censure for Architects, Professional Engineers and Professional Land Surveyors David Glenn Manring Professional Engineer PE.0054517 11/01/2021 Number Issue Date Active 10/31/2023 Credential Status Expire Date Verify this credential at: dpo.colorado.gov bi'uct 11.1 zi- Division Directorf'Ronne Hines Credential Holder Signature 1560 Broadway, Suite 1350, Denver. CO 80202 P 303.894.7800 F 303.894.7693 dpo.colorado.gov G2 CONSULTING ENGINEERS, INC September 30, 2022 Facilities Department Weld County 1150 O Street Greeley, CO 80631 Project Subject Weld County Public Health Building VAV replacement and IDF cooling Public Health Building 1555 N 17th Ave Greeley, CO 80631 Mechanical, Electrical and Plumbing Engineering Services Proposal Thank you for soliciting a proposal from G2 Consulting Engineers, Inc for mechanical, electrical and plumbing engineering services 1 BASE SCOPE 1 1 We propose to provide engineering services for the replacement of the existing VAV boxes served from AHU's 1, 2 & 3 as well as provide cooling upgrade to the existing IDF 1 2 We understand the project to include the replacement of all the existing VAV boxes served from AH,U-1, AHU-2 and AHU-3 The VAV's are located throughout the facility Add a dedicated cooling system (DX split) to the IDF room located in the basement 13 Inclusions for all new spaces 1 3 1 Design of the new VAV replacements 1 3 2 Design of the IDF cooling system 13 3 Design of the electrical system associated with the mechanical equipment 13 4 Repllacement of existing controls associated with the VAV's replaced 1 3 5 Development of backgrounds 1 3 6 Submit stamped and signed drawings to the AHJ 1 3 7 Conduct MEP related contract administration services limited to shop drawing review and RFI response 13 8 Site observations will be required to as -built the existing mechanical system 14 Exclusions 14 1 Replacement of VAV's associated with the Lab/Exam area This is not included in the scope of work 14 2 Replacement, alterations of the existing air handlers and distribution ductwork that is not directly required for the replacement of the VAV's 14 3 Upgrading the power distribution systems 14 4 Design of new BAS controls 1 4 5 Design of new Fire Alarm System 14 6 Design the lighting system 1 4 7 Design the telecom system 14 8 Change order review 14 9 Commissioning of MEP systems G2 Consulting Engineers, Inc I 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 1 of 7 CONSULTING ENGINEERS. INC. 1.4.10. Punch list preparation. 1.4.11. Record Document/As-Built drawing preparation. 1.4.12. Preparation of building envelope calculations. 1.4.13. All work in relation to sustainable design services including but not limited to LEED® documentation, energy calculations and modeling, life cycle studies and the like. 1.4.14. Any task not specifically included. 2. FEE 2.1. Our fixed fee for performing the BASE SCOPE of work shall be $11,800.00. 3. BASIC SERVICES OF ENGINEER 3.1. General. 3.1.1.The Basic Services to be performed by G2 Consulting Engineers, Inc., hereinafter referred to as ENGINEER, are defined in this proposal letter agreement, hereinafter referred to as Letter of Agreement. When Letter of Agreement is signed by both parties, with the second party hereinafter referred to as CLIENT, the Letter of Agreement invokes the Standard Agreement and Terms and Conditions contained herein. 3.1.2.The part of the Project for which ENGINEER is to provide services described in this Letter of Agreiement and in this document is hereinafter referred to as This Part of the Project. 3.1.3.ENGINEER will collaborate with CLIENT and CLIENT's consultants to the extent required to provide a coordinated design for the overall Project. All communications with the CLIENT's consultants or other Project participants will be through or with the knowledge of the CLIENT. Except as set forth herein, ENGINEER will not have any duties or responsibilities for any other part of the Project. ENGINEER will perform services in character sequence and timing so that it will be coordinated with that of CLIENT and other consultants for the Project. ENGINEER agrees to a mutual exchange of Drawings and Specifications for the Project with CLIENT and other consultants. 3.1.4.If you have chosen not to have the ENGINEER and the consultants of the ENGINEER provide construction administration services on the project, then those services shall be excluded from our contract. The CLIENT shall then assume the liability to ensure that the project is constructed in accordance with the design of the ENGINEER and the CLIENT will hold the ENGINEER harmless from any claim due to the contractor not building per plans and specifications. 4. ADDITIONAL SERVICES 4.1. General. 4.1.1.If authorized in writing by the CLIENT, ENGINEER shall furnish or obtain from others Additional Services of the following types which are not considered normal or customary Basic Services except to the extent provided otherwise in this Letter of Agreement; these will be paid for by CLIENT. 4.1.2.Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by CLIENT. 4.1.3.Services resulting from significant changes in extent of This Part of the Project or its design including, but not limited to, changes in size, complexity, CLIENT's schedule, or character of construction; and revising previously accepted studies, reports, design documents, or Contract Documents when such revisions are due to causes beyond ENGINEER's control. G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 2 of 7 42 CONSULTING ENGINEERS. INC. 4.1.4.Additional services in connection with this Part of the Project; including services normally furnished by CLIENT, and services not otherwise provided for in this or this Letter of Agreement such as: services of special consultants, value engineering, detailed cost estimates, or Bid Phase or Construction Phase services. 5. CLIENT'S RESPONSIBILITIES 5.1. CLIENT Shall: 5.1.1.Provide all criteria and full information as to CLIENT's requirements for the Project including: design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations. Furnish copies of all design and construction standards which CLIENT will require to be included in the Drawings and Specifications. 5.1.2.Assist ENGINEER by placing at his disposal all available information pertinent to the Project including previous reports and any other data relative to design or construction of the Project. 5.1.3.Arrange for access to and make all provisions for ENGINEER to enter upon public and private property as required for ENGINEER to perform his services. 5.1.4.Furnish, or direct ENGINEER in writing to provide, necessary Additional Services as stipulated in this Agreement or other services as required. 5.1.5.Bear all costs incident to compliance with the requirements of this Agreement. 6. PERIOD OF SERVICE 6.1. The provisions of this Agreement and the various rates of compensation for ENGINEER's services provided for elsewhere in this Agreement have been agreed to in anticipation of the orderly and continuous progress of the Project through completion of the Design Phase (unless otherwise stated in this proposal letter). ENGINEER's obligation to render services hereunder will extend for a period that may reasonably be required for the design (unless otherwise stated in this proposal letter) of This Part of the Project; including extra work and required extensions thereto. 6.2. If ENGINEER's services for design (or phases as stated in this proposal letter) of This Part of the Project are delayed or suspended (in whole or in part) by CLIENT for more than two weeks for reasons beyond ENGINEER's control then ENGINEER shall, on written demand to CLIENT (but without termination of this Agreement) be paid. If such delay or suspension extends for more than three months (for reasons beyond ENGINEER's control) or if ENGINEER, for any reason, is required to render services more than three months after initial date of letter of agreement, the various rates of compensation shall be subject to renegotiation. 7. PAYMENTS TO ENGINEER 7.1. For Basic Services. CLIENT shall pay ENGINEER for Basic Services described in this Letter of Agreement rendered under Lump Sum or Time and Materials Fee as described in this Letter of Agreement. 7.2. For Additional Services. CLIENT shall pay ENGINEER for Additional Services rendered as follows: 7.2.1.General. For Additional Services rendered, the fee shall be that which is agreed upon on an Authorization for Additional Services form. This Authorization for Additional Services form shall be issued at the time of CLIENT's request and shall include revised scope of work. The Authorization for Additional Services form shall be signed by the CLIENT and this will act as notice to proceed with Additional Services. G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 3of7 Ed72 CONSULTING ENGINEERS. INC, 7.3. Reimbursable Expenses. In addition to payments provided for Basic Service and Additional Services, CLIENT shall pay ENGINEER the actual costs (times a factor of 1.0) of all Reimbursable Expenses incurred in connection with all Basic and Additional Services if defined in this Letter of Agreement. 7.4. The terms "Reimbursable Expenses" will have the meanings assigned in Definitions below. 7.5. Times of Payments. ENGINEER shall submit monthly or semi-monthly invoices for Basic and Additional Services rendered and for Reimbursable Expenses incurred. The invoices will be based upon ENGINEERS's estimate of the proportion of the total services actually completed at the time of billing. Payment terms are net 30 days. CLIENT shall make prompt payments in response to ENGINEER's statements. 7.6. Other Provisions Concerning Payments. 7.6.1.If CLIENT fails to make any payment due ENGINEER for services and expenses within the limits described in this Letter of Agreement, the amounts due ENGINEER shall include a charge at the rate of 1.5% per month from said thirtieth day, and in addition, ENGINEER may (after giving seven days written notice to CLIENT) suspend services under this Agreement until he has been paid in full all amounts due him for services and expenses. 7.6.2.In the event of termination by CLIENT of the Basic Services; ENGINEER will be paid for services rendered up to that time (on the basis of Direct Labor Costs times a factor of 3.2) for services rendered to date of termination by principal and employees assigned to This Part of the Project. In the event of any such termination, ENGINEER will be paid for all unpaid Additional Services and unpaid Reimbursable Expenses, plus all termination expenses. Termination Expenses mean Reimbursable Expenses directly attributable to termination, which shall include an amount computed as a percentage of total compensation for Basic Services earned by ENGINEER to the date of termination, as follows: 20% if termination occurs after commencement of the Design Phase. 7.7. Definitions. 7.7.1.The Direct Labor Costs used as a basis for payment means salaries and wages (basic and incentive) paid to all personnel engaged directly on the Projects, including but not limited to; engineers, designers, drafters, estimators, administration, and clerical. 7.7.2.Reimbursable Expenses means the actual expenses incurred (directly or indirectly) in connection with the Project for: obtaining bids or proposals from Contractor(s); postage, toll telephone calls and telegrams; reproduction of reports, Drawings, Specifications, and similar Project related items in addition to those required elsewhere is this Agreement; project related travel and lodging costs; and, if authorized in advance by CLIENT, overtime work requiring higher than regular rates. 8. OPINIONS OF COST 8.1. Opinions of Cost. 8.1.1.Since Engineer has no control over the cost of, labor, material, equipment, or services furnished by others; or over the Contractor(s) methods of determining prices; or over competitive bidding or market conditions; then his opinions of probable Construction cost for This Part of the Project provided for herein are to be made on the basis of his G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 4 of 7 G2 CONSULTING ENGINEERS. INC. experience and qualifications; and represent his best judgment as an experienced and qualified consulting engineer (familiar with the construction industry). ENGINEER cannot and does not guarantee that proposals, bids, or actual Construction Cost for This Part of the Project will not vary from opinions of probable cost prepared by him. If prior to the Bidding or Negotiating Phase CLIENT wishes greater assurance as to Construction Cost for This Part of the Project, he shall employ an independent cost estimator. 9. GENERAL CONSIDERATIONS 9.1. Termination. 9.1.1.The obligation to provide further services under this Agreement may be terminated by either party upon seven days' written notice. 9.2. Reuse of Documents. 9.2.1.All documents including Drawings and Specifications prepared by ENGINEER pursuant to this Agreement are instruments of service in respect of the Project. They are not intended or represented to be suitable for reuse by CLIENT or others on extensions of the Project or on any other project. Any reuse, without written verification or adaptation by ENGINEER for the specific purpose intended, will be at CLIENT's sole risk and without liability or legal exposure to ENGINEER; and CLIENT shall indemnify and hold harmless ENGINEER from all claims, damages, losses, and expenses (including attorney's fees) arising out of or resulting therefrom. Any such verification or adaptation will entitle ENGINEER to further compensation at rates to be agreed upon by CLIENT and ENGINEER. 9.3. Records. 9.3.1.Records of ENGINEER's Direct Labor Costs, Payroll Costs, and Reimbursable Expenses (pertaining to This Part of the Project) will be kept on a generally recognized accounting basis and made available to CLIENT on request. 9.3.2.ENGINEER shall maintain all design calculations on file in legible form. A copy of these shall be available to CLIENT at ENGINEER's expense; and the originals shall not be disposed of by ENGINEER until after sixty days' prior written notice to CLIENT or 60 months after project completion without notice. 9.3.3.ENGINEER's records and design calculations will be available for examination and audit as required in writing by CLIENT. 9.4. Standard of Care. 9.4.1.Services shall be performed by ENGINEER in accordance with generally accepted professional practices and principles and in a manner consistent with the level of care and skill ordinarily exercised under similar conditions by members of ENGINEER's profession currently practicing in the same geographical area. By delivery of completed work, Design Professional certifies that the work conforms to the requirements of this contract and all applicable federal, state and local laws and the professional standard of care in Colorado. 9.5. Insurance. 9.5.1.CLIENT and ENGINEER shall each procure and maintain insurance (other than life insurance) for protection from claims under worker's compensation acts, claims for damages because of bodily injury (including personal injury), sickness or disease or death of any and all employees or of any person other than such employees, and from claims or damages because of injury to or destruction of property including loss of use resulting therefrom. 9.5.2.CLIENT and ENGINEER shall each procure and maintain professional liability insurance for protection from claims arising out of performance of professional services caused by any G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 5 of 7 CONSULTING ENGINEERS. INC. negligent error, omission, or act for which the insured is legally liable. Such professional liability insurance will provide for coverage in such amounts, with such deductible provisions, and for such periods of time as appropriate for the size of the project; and certificates indicating that such insurance is in effect will be exchanged by them. 9.5.3.CLIENT will also cause other professional consultants retained by CLIENT for the Project to procure and maintain comparable professional liability insurance coverage. 9.5.4.CLIENT agrees to limit the ENGINEER's liability to the CLIENT and to all construction contractors and subcontractors on the project, due to the ENGINEER's negligent acts, errors or omissions, or any claim of any nature whatsoever arising out of or relating to the performance of professional services under this agreement, such that the total aggregate liability of the ENGINEER to all those named shall not exceed $50,000 or the ENGINEER's total fee for services rendered on this project, whichever is greater. 9.6. Controlling Law. 9.6.1.This Agreement is to be governed by the law of the State of Colorado. 9.7. Successors and Assigns. 9.7.1.CLIENT and ENGINEER each binds himself and his partners, successors, executors, administrators, assigns and legal representatives to the other party to this Agreement and to the partners, successors, executors, administrators, assigns and legal representatives of such other party, in respect to all covenants, agreements and obligations of this Agreement. 9.7.2.Neither CLIENT nor ENGINEER shall assign, sublet, nor transfer any rights under or interest in (including, but without limitation, moneys that may become due or moneys that are due) this Agreement without the written consent of the other, except as stated elsewhere in this Agreement, and except to the extent that the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. Nothing contained in this paragraph shall prevent ENGINEER from employing such independent consultants, associates, and subcontractors as he may deem appropriate to assist him in the performance of services hereunder. 9.7.3.Nothing herein shall be construed to give any rights or benefits hereunder to anyone other than CLIENT and ENGINEER. Please feel free to contact us should you have any questions and/or comments regarding this proposal. Thank you for this opportunity, and we appreciate your business. G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 6 of 7 t CONSULTING ENGINEERS, INC. Regards, Kalib Ainsworth, CHD, LEED AP BD+C Project Manager G2 Consulting Engineers, Inc. AGREED AND ACCEPTED Weld County PRINTED NAME: NAME DATE G2 Consulting Engineers, Inc. 5000 Goodman Street Unit 100 Timnath, CO 80547 Page 7 of 7 AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERV"uTIVE rY! OFFlCER/MEMBER EXCLUOEO� I N NIA (Mandatory In NH) If yes, describe under . DESCRIPTION OF OPERATIONS below C Professional Liability Claims Made Client#: 1420802 G2CON ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MM7DD/YYYY) 10/05/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC P.O. Box 7050 Englewood, CO 80155 800 873-8500 INSURED G2 Consulting Engineers, Inc. 5000 Goodman St, Unit 100 Timnath, CO 80547 IcoNrxcr NAME: P Npf, 800 873-8500 ADQRES$s a llor 1 _ INSURERS) AFFORDING COVERAGE t INSURER A : Travelers Property Cas. Co. of America ( INSURER B : Travelers Indemnity Company INSURER C : Berkley Insurance Company INSURER D : Phoenix Insurance Company INSURER E I INSURER F NAIC '25674 25658 32603 25623 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN9R q QLSUBtY LTR TYPE OF INSURANCE IN$R VWD POLICY NUMBER A )(,COMMERCIAL GENERAL LIABILITY X X 168069900677 CLAIMS -MADE XI OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY I X JECT ,, LOC OTHER. D AUTOMOBILE LIABILITY ANY AUTO 'OWNED ( "SCHEDULED AUTOS ONLY �AUTOS X AUTOS ONLY X NON -OWNED AUTOS ONLY B X UMBRELLA LIAR 1 r X ;BA0R0865272047 OCCUR X X CUP7H073235 EXCESS LIAR CLAIMS -MADE DEDJ XLRETENTION WORKERS COMPENSATION ' UB6H90653A AEC904818905 POW, ARMY) ' (MM/OD/YYYY) ' LIMITS 10/05/2021 10/05/2022 EACH OCCURRENCE $1 ,000,000 i DAM A� ET RENTED PREMISES�Ea,oceunsrtceZ__ ₹ $1,OOQ,000 MED EXP (An(one person) $ 5,000 PERSONAL 8 ADV INJURY $1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 10/05/2021 L10/05/202 LiCad lu18IN eQS INCpLEuMIT - i1,005,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) -137 RFV-AMAGENµ 10/05/2021110105/2022 EACH OCCURRENCE i $2,000,000 AGGREGATE $2,000,000 10/05(2021 10/05/20221X STATUTE ER" NT a1,000,000 E DISEASE C AEEMPLOYEE' $1,000,000 E . DISEASE -POLICY mu 11,000,000 10/05/2021 , 10/05/2022 $2,000,000 per claim $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more apace Is required) As required by written contract or written agreement, the following provisions apply subject to the policy terms, conditions, limitations and exclusions: The Certificate Holder and owner are included as Automatic Additional Insured's for ongoing and completed operations under General Liability; Designated Insured under Automobile Liability; and Additional Insureds under Umbrella / Excess Liability but only with respect to liability arising out of the Named Insured work performed on behalf of the certificate holder and owner. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION "For Proposal Purposes Only" SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S33645348/M33635815 DGSZP DESCRIPTIONS (Continued from Page 1) The General Liability and Umbrella/Excess insurance applies on a primary and non-contributory basis. A Blanket Waiver of Subrogation applies for General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation. The Umbrella / Excess Liability policy provides excess coverage over the General Liability, Automobile Liability and Employers Liability. Please note that Additional Insured status does not apply to Professional Liability or Workers' Compensation. SAGITTA 25.3 (2016/03) 2 of 2 #S33645348/M33635815 ACORD Client#: 1420802 G2CON CERTIFICATE OF LIABILITY INSURANCE IDATE (MM/DD/YYYY) 10/07/2022 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC TACONCT Leticia Ortiz NAME: PHONE 800 8734500 FA) (A/C, No, E.: I (A/, No): P.O. BOX 7050 q DRIESS: leticia.ortiz@usi.com Englewood, CO 80155 INSURER(S) AFFORDING COVERAGE NAIL # 800 873-8500 INSURER A : Travelers Property Cas. Co. of America 25674 INSURED INSURER B : Travelers Indemnity Company 25658 G2 Consulting Engineers, Inc. 5000 Goodman St., Unit 100 Timnath, CO 80547 Berkley Insurance Company INSURERC: P Y 32603 INSURER D : Phoenix Insurance Company 25623 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRR TYPE OF INSURANCE :Pali- WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR X X 6806H900677 10/05/2022 10/05/2023 EACH OCCURRENCE $1,000,000 PREMISESO(Ea occurrence) $1,000,000 MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY $1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRO- _ POLICY X JECT LOC OTHER: PRODUCTS - COMP/OP AGG $2,000,000 D AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY X AUTOS ONLY SCHEDULED AUTOS X NON -OWNED AUTOS ONLY X X 0R0865272047 10/05/2022 10/05/2023 (EOa aBcideDtSINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE X X CUP7H073235 10/05/2022 10/05/2023 EACH OCCURRENCE $2,000,000 AGGREGATE $2,000,000 DED I XI RETENTION$10,000 $ B WORKERSCOMPENSATION 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 I A UB6H90653A 10/05/2022 10/05/2023 X !STATUTE I IEORH E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 C Professional Liability Claims Made AEC905933806 10/05/2022 10/05/2023 $5,000,000 per claim $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) As required by written contract or written agreement, the following provisions apply subject to the policy terms, conditions, limitations and exclusions: The Certificate Holder and owner are included as Automatic Additional Insured's for ongoing and completed operations under General Liability; Designated Insured under Automobile Liability; and Additional Insureds under Umbrella / Excess Liability but only with respect to liability arising out of the Named Insured work performed on behalf of the certificate holder and owner. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION Weld Count County Facilities Department SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street Greeley, CO 80631 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S37728302/M37701882 CVVZP DESCRIPTIONS (Continued from Page 1) The General Liability and Umbrella/Excess insurance applies on a primary and non-contributory basis. A Blanket Waiver of Subrogation applies for General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation. The Umbrella / Excess Liability policy provides excess coverage over the General Liability, Automobile Liability and Employers Liability. Please note that Additional Insured status does not apply to Professional Liability or Workers' Compensation. SAGITTA 25.3 (2016/03) 2 of 2 #S37728302/M37701882 Contract Form New Contract Request Entity Information Entity Name* G2 CONSULTING ENGINEERS INC Entity ID* OO©045613 ❑ New Entity? Contract Name. Contract ID HEALTH BUILDING VAV REPLACEMENT & IDF ROOM 6526 COOLING DESIGN Contract Status CTB REVIEW Contract Description* DESIGN WORK Contract Description 2 Contract Type* CONTRACT Amount. $11,80O.00 Renewable. NO Automatic Renewal Grant IGA Contract Lead* SGEESAMAN Contract Lead Email sgeesamanOco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 12108; 2022 121122022 Department Email CM- 8uildingGroundsOweldgov.c om Department Head Email CM-BuildingGrounds- DeptHead^weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RNEYOWELDG OV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP 8* 82200137 If this is a renewal enter previous Contract ID If this is part of a NSA enter WA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should he left blank if those contracts are not in On Base Contract Dates Effective Date Review Date* Renewal Date 05,`01 x2023 Termination Notice Period Committed Delivery Date Expiration Date* 05;01 2023 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone i Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 12 06, 20+22 Approval Process Department Head TOBY TAYLOR DH Approved Date 11/30/2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 12/12/2022 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel MATTHEW CONROY Finance Approved Date Legal Counsel Approved Date 12,01 2022 12 01,2022 Tyler Ref # AG 121222
Hello