Loading...
HomeMy WebLinkAbout20201919.tiffC ,&L, -R sT 2W 391y AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & WESTCO SYSTEMS INC. BOILER REPLACEMENT -822 7TH STREET THIS AGREEMENT is made and entered into thi/ ay of , 202(' by and between the County of Weld, a body corporate and politic of the Stat f C lorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Westco Systems Inc. whose address is 7396 Lowell Blvd. Westminster, CO 80030, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000135". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor 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 described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B 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 execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities O7/z7/ac -.27- -2° 60:Lite6_9errz 2ozo-1q/: $600,.2 described in Exhibits A and B. 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. 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. 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. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $179,980.00, which is the bid set forth in Exhibit B. Contractor 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 Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. 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 from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of 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 services 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 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. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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 and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/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 insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The 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. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, 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. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/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 Contractor'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 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 with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/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. Contractors/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 or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/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, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. 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. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. 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. 17. 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. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Westco Systems Inc. Attn: Robin Westhafer Address: 7396 Lowell Blvd Address: Westminster, CO 80030 E-mail: robin.westhafernwestcosystemsinc.com Telephone: (303) 427-4800 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor(a),weldgov.com Facsimile: 970.304.6532 18. 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. 19. 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. 20. 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. 21. 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. 22. 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. 23. 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 withnul such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this 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. 25. 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. 26. 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. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. 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 contract. 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 knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring 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. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. WITNESS WHEREOF, the parties hereto have signed this Agreement this :Li, J ? 1<<day of , 202c.. CONTRACTOR: Westc By: Name: Date WELD COUN1i ,� 4WJ ATTEST: � Weld C. • ty Clerk to the = . and BY: puty CI:Ito he Bo BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Chair 'JUL 2 7 2020 02oczo-/9/i REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MAY 21, 2020 Exhibit A BID NUMBER: B1900135 DESCRIPTION: BOILER REPLACEMENT - 822 7TH STREET DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE: JUNE 8, 2020 BID OPENING DATE: JUNE 24, 2020 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: BOILER REPLACEMENT -- 822 7TH STREET A mandatory prembid conference will be held on June 8s 2020 at 11:00 AM, at the building located at 822 7th Street, Greeley, CO 80631. Meet at the first floor lobby in front of Chase Bank. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We will be adhering] to o rm ,� . o o _ current state socia d sta c gc� kl !'es. Bids will be received for the above stated equipment up to, but not later than: June 24, 2020 at 10:00 AM (Weld County Purchasing Time Clods). **PLEASE NOTE: Due to the recent evenils surrounding i.�Coronavirus county employees are teleworking; therefore, ti See page 10 for conference call information.' (COy D-19) pandemic, some bid opp+�e 'n will be held via a Sk m . ft, co ,�'erence c PAGES 1 -- 8 OF THIS REQUEST FOR BIDS CONTAIN 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.corni 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. 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bidsgweldgay.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet is 500 MB. Emailed bids must include the following statement on the email: "I hereby mania my right to a sealed bid". An email confirmation will bes sent when we receive your bid/proposal. Maass call Purchasing at 970-400- 4222 or 4223 with any gtestlions. PDF format is required. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department Each bid must give the full business address of bidder and be signed by nim 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 crporations 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/Purchasing Director, 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 t, bind the Bidder. A l 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. Ail blank spaces in thy, bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The id Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unspened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director 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/Purchasing Director; said request being received from the withdr;.wing bidder prior to the time fixed for award. ` 'egligence 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 °-ith Seclon 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, rinting, lithographing or other supplies for any officer of Weld County). Weld County reserves the rigt t 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 forma acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this PF3. 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 undr this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the Unitec States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursJart to C.R.S. a _ BID REQUEST ## B2000135 Page 2 §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 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 now 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 Agrement 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 soli 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 G.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 bic, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confid.- ntial 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, "CCNFQDENTIA.." However, the successful bidder is advised th,.4 as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Reccrds Act (COLA), 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 informatior, 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 'or redacting or identifyirg 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. BID REQUEST #B2000135 Page 3 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express r implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independ-,nt 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 perform -�d pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an ;gent or employee of Weld County. 'he successful bidder ;:.nd its employers and agents are not entitled to unemployment insurance or workers' compensation benefits through Wed County and Weld C-•>unty shall not pay for or otherwise provide such coverage for the successful bidder or any of its age -its 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. 'he successful bidder shall pay when due all applicable employment taxes and income taxes and local head ti. xes (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 cntract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance m-� yters: (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. 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. Chits 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 ThirdnParty Beneficiary Enforcement: It is expressly understood and agreed that the enforcement :•f the terms and conditi<.ns the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the u idersigned parties and nothing in the contract s'-Iall 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/LegCoen: On 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 tusk ess Enterproses: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bias in response to all invitations and will not be discrirninated against on the grounds of race, color, natinal origin, sex, age, or disability in consideration for an award. J. Procure ent an. 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 stand , rds 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 thrugh and until successful bidder's completion of the responsibilities described in the L. termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreermen, may be terminated at any time without notice upon a material breach of the terms of the Agreement. BID REQUEST #B2000135 Page 4 M. Extension or Modification: Any :.mendments or modificatins to this sgreement shall bit 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 enrichred by any additional services, whether or nt 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 discretin to approve all personnel assigned to the subject Project during the performance -7 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. 0. 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 .f 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 successfur 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 fr as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1, Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereund-r, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights h - reunder 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. 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 o contractors or persons to perform services of the same .r similar nature. use other BID REQUEST #B2000135 Page 5 aIIRYRn....vyertTHr!r1! ~*I.V.Naa!vY..r.f~WM,,Weh. #-A I•M.MMMw*q VT 9.. !YA!!Fw!r-!ap)!u'yS12iH�Mf tv.Itsr.arb.+wwr\YAW.. of ..«.M�+..:fester Xe/+w+e+w-Trw.V.rv.wveaVel'+'-M.M»v v»w.yen»m+NMaNnel91.r_ar'.rairwwvi say.K rY�m?w?+A'.P.ww w.+vewMyM.totonortevr•NYn.rv!Msiln.HKvedr+,.Mwr. .. _yl-Yero.oYr wrvwwiy»Mvrvn»war»?Y✓--way.\rrMN..-_ S. Employee Financial Interest/Conflict of Interest- C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not eng,,ge 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 Bard, commifvee 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. arimm Severabilot,y: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of We kti County pproval: 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 pursuant to this request. Contract Professionals shall keep the required insurances 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/Purchasing Director 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 #B2000135 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 lia.oilities 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 de - ms ppropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations issurned 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, omissions, 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 omissions 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 b comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Frofessional 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' Compensaticn 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 Acvertising 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 #B2000135 Page 7 MNN.t -v,,s 5w.WHVIWWNVAle K'+tIW 1S'VA A..'Willa •,• .. • '•' •4••rv\: va revers wh. WKeNK*.A.ArRNSIN.•••••'•,.. ...Hrxn..n••ww • — 14S`+M MFYM'te¢iRiMa'Y9ltlY . . .•4¢✓!M•. ••1••.•..w" e. j •�•' 'r N\•Lp•NY 1`YA..•M1ki'V. Ltwb.N.•a •. : - 4 A • • Rt•ent 34L.HN?MV.Yw•NWaN— 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 or Request for Proposal. a-,.zVisslaw: rett ...• ,frIetWiSiaNWSIOANGWetWOSAW,DPIMW4ereietetak, P roof 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. S ubcontractors: 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 P rofessionals, 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. .M iraMS BID REQUEST #B2000135 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: BOILER REPLACEMENT — 822 7TH STREET This bid is for the replacement of two boilers and associated equipment located at the Weld County Building located at 822 7th Street, Greeley, CO 80631. SPECIFICATIONS: This is a turn -key replacement project of the boilers and will include the following: 1. Removal of the old boilers and installation of new boilers as well as two circulation pumps, associated valves and expansion tanks. 2. Replacement boilers, (2) each must meet the minimum specifications to retain the same function as the current units. The current units are American Standard Boilers: a. Boiler # PFA-516 b, Series # 1B -J1 c. Gross output: 2604 MBH d. Firing rate Gas: 3178 MBH e. Net I=B=R rating: 2264 MBH 3. Replacement circulation pumps, (2) each must meet the minimum specifications to retain the same function as the current units. The current units are Pacific Pumping CO. pumps: a. Model # 10-25705-130001-1622 b. 95 GPM c. 45 Head FT d. 3 HP Motor e. 1755 RPM f. 230/460/60/3 Voltage 4. Replace existing expansion tanks in mechanical room. 5. All hoisting and lifting equipment shall be a part of this contract as needed to complete the project. 6. Replacement shall be completed as quickly as possible so that the building heating capabilities are disabled for the shortest amount of time possible. Work outside of the buildings main areas may be completed during normal business hours as long as there is no disruption to the building occupants. Any work that will be a disruption to the operation of the building will need to be conducted during non -business hours. Project will be completed during summer when building is not calling for heat. 7. All pipe insulation and jacketing that is disturbed will be required to be replaced with new materials. 8. The system will be set up to utilize the current Delta Control System Version 3.4 through SetPoint Systems and maintain the same capabilities as the current units do. 9. All piping connections, venting, gas connections, electrical connections and control connections shall be a part of this contract. 10. Test and balance of installed equipment is required. 11. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities as shown above. 12. The projected contract date is July 24, 2020. The projected installation completion date is no later than September 10, 2020. vel BID REQUEST #B2000135 Page 9 .pN.iot\es'Fa\'w�.twq\ ' - .ni+JM.t 1,'4WrWb.GLAWA AN*WrietleOtawMGi'n.W.'a& ..4 tMn 'rYMW..',e % w.nw.Y.W4s.-, €--% Ow.YN'r 1*.e 'tv . r 4 A "•wMo.wmwWw•,Wets\tMwY\w1eM+"r-..tV"..w•••~Mi+ ..••••• •t••••n wN!�e4 anvre wvN^ .. '.e•Rwe0 WA.W4 Veet¢? W. ..tiN1.'5e.: C.: -.`d" ___s a.t.al.......MW..vt.tN.eoan.,: a..v:axix+rmxd-••_... 13. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 14. Remove and properly dispose of all trash generated by construction activities off -site. 15. Dispose of / recycle all equipment off -site in a legal manner. 16. Payment and Performance Bonds are required if the costs exceed $50,000.00. 17. Bidder is expected to enter into a standard County contract. 18. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 19. A Builder's Risk Policy in the amount of the completed work shall be provided for this project. 20. No bid bond is required for this project. 21. Davis -Bacon and Buy American requirements are NOT required. -.-,*.clu --a es4iarmYN.V.was MM1Hions4v.r.: MVolat ay-iveatow0>wetua .Y? etn DOES YOUR BID MEET OUR MINIMUM SPECIFICATIONS YES NO ESTIMATED LEAD TIME FOR EQUIPMENT DELIVERY TOTAL DAYS A mandatory pre -bid conference will be held on June 8, 2020 at 11:00 AM, at the building located 7th Street, Greeley, CO, Meet at first floor lobby in front of Chase Bank. 22 Bids will be received up to, but not later than June 24z 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID OPENMG LL. BE HELD VIA A S w' PE CrONFE1 :ate Al 11 To join call: 1 (720) 439-5261 and enter Conference ID: 994107824 Please n. to that due to the Coronavi rus (COVD19) pandemic, some of us are teleworking. With that said, the f slowing cnanges have been made to ; ur currAnt bid process un t,il future notice: 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to it sc t ►e d oov.com. If your bid exceeds 25MB please upload your bid to https://vvww.bidnetclirect.comi. The maximum file size to upload to Bidnet is 500 MB. BID REQUEST #B2000135 Page 10 The undersigned, by hi ; tr her signature, hereby acknIedges and represents that: 1. The bid proposes herein meets all of the conditions, specifications and special provisions set forth in the request for proposal `=or Request No. #B2000135. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid sLbmitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reskarves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, i the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bids) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD CUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551,0000. YOU DO NOT NEED TO SEND BACK PAGES 1 — 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2003135 Page 11 ADDENDUM#1 BID REQUEST NO. B2000135 B2000135 — Boiler Replacement — 822 7th Street Buildings & Grounds Dept. 1) As shown: Page 1 of the Bid Specifications list this project as bid number B1900135. Changes: This project is bid number B2000135. Please change reference to bid number on this page. 2) As shown: Specifications call to replace two pumps with new. Changes: Add two additional pumps to be replaced for a total of 4 pumps. The information for the two additional pumps is: a. Model # 10-25951-130001-1682 b. 210 GPM c. 69 Head FT. d. 53HP e. 1745 RPM f. 230/460/60/3 Voltage 3) As shown: Specifications call to replace associated valves with no quantities given. Changes: There shall be 2 -5" gate valves, 4 - 4" gate valves, 4 — 3" gate valves, 2 — 4" check valves and 2- 3" check valves replaced. 4) As shown: There is nothing stated in the scope of work regarding any potential asbestos that may be encountered. Change: Weld County is currently having asbestos inspections and testing being performed. Weld County will remove any asbestos listed in the report. ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL June 15, 2020 ADDENDUM#2 BID REQUEST NO. B2000135 B2000135 — Boiler Replacement — 822 7TH Street Buildings & Grounds Dept. 1) As shown: No asbestos report has been included. Changes: See attached asbestos report. 2) As stated in questions and answers: Owner will remove all asbestos noted in the asbestos report. Changes: Owner will remove any asbestos noted on the asbestos report not in or on the boilers. Any asbestos occurring in the boilers will be by the contractor. ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL June 22, 2020 Boiler Replacement — 822 7th Street B2000135 Questions & Answers . Posted 06/15/20 1) Question: Are you looking for standard efficiency or high efficiency boilers It appears the existing venting has asbestos (Is the county of contractor responsible for removal?). Answer: High efficiency boilers are required. 2) Question: What is Setpoint doing with boilers (how are they controlling boilers)? (lead, lag, etc.) Answer: Boilers are controlled by start / stop and by outside air. There is no lead / lag. 3) Question: Contact for Setpoint? Answer: Jeff Leighty 4) Question: Can we use a different brand of pumps? Answer: Yes. Contractor must provide confirmation/certification from alternate manufacturer any alternate meets the current pumps capabilities. 5) Day work or weekend? Answer: Day work is acceptable as long as building occupants are not inconvenienced. 6) Question: Where can I set up crane for equipment? Answer: Cranes will be allowed to be used for lifting the old boilers out and putting the new boilers in. The contractor will need to get permits through the City of Greeley who will determine location and times allowed. Any fees associated with this must be included in your bid. 7) Question: Valves are you wanting to just change valves with wheel to close off or do you want me to include the butterfly valves as well? The butterfly valves look new so my guess is just the old style (ones with the wheel for shutting off)? Answer: See Addendum #1 8) Question: Please confirm if contractors should price high efficient boilers, or price the standard efficiency boilers. Answer: High efficiency boilers are required. 9) Question: Due to the age of the building, can you confirm whether or not the boiler and flue piping have asbestos. a. If asbestos is present, will the county assume responsibility of removal? b. If it has not been tested, will the county assume responsibility for testing? Answer: See Addendum #1 10) Question: Scope of work calls for (2) pumps to be replaced, but during the job walk, (4) pumps were noted for replacement. Answer: See Addendum #1 11) Question: Does the county have any information on the expansion tanks that are to be replaced - the tags were missing/illegible. Answer: No, we do not. Contractor to provide expansion tanks sized appropriately for new boilers: 12) Question: Scope of work requires test & balance- are we to provide a pre -balance and match the performance after completion? Answer: Yes. Boiler Replacement — 822 7th Street B2000135 Questions & Answers #2 Posted 6-15-2020 1) Question: Addendum 1 states: As shown: There is nothing stated in the scope of work regarding any potential asbestos that may be encountered. Change: Weld County is currently having asbestos inspections and testing being performed. Weld County will remove any asbestos listed in the report. This approach will work on items accessible for ease of testing. However, the boiler and/or flue may have internal asbestos (e.g. gasketing). What should the contractor's approach be for any potential concealed asbestos Answer: Any concealed asbestos containing materials in the flue or internal to the boiler would be the responsibility of the contractor for mitigation. Exhibit B The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2000135. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) nay be awarded to more than one vendor. FIRM 14. ,)('.5`fi t"y ti�,5 t)7 - 6. BY Pah/ t,ti;.7 1 Cc F r BUSINESS 1 ADDRESS .3'/ Vic_// ' " t� DATE C g r..3 CITY, STATE, ZIP CODE 1),_\*Sf r TELEPHONE NO,i `{ SIGNATURE (Please print) (0/,) 1,10 FAX 0 4r3 7 (,, a, (LC) TAX ID #.2'7 - / - 4// E-MAIL f c,k)i n. „es 'f �?� ( t',' `Y = i�:i' �rt , y �'S S/rm `,I ,1 C Cc?rY1 **ALL BIDDERS SHALL PROVIDE A VI/ -9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY tS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-93651-0000. 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 Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #62000135 Page 11 13. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 14. Remove and properly dispose of all trash generated by construction activities off -site. 15. Dispose of / recycle all equipment off -site in a legal manner. 16. Payment and Performance Bonds are required if the costs exceed $50,000.00. 17. Bidder is expected to enter into a standard County contract. 18. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 19. A Builder's Risk Policy in the amount of the completed work shall be provided for this project. 20. No bid bond is required for this project. 21. Davis -Bacon and Buy American requirements are NOT required. DOES YOUR BID MEET OUR MINIMUM SPECIFICATIONS YES ' NO_ ESTIMATED LEAD TIME FOR EQUIPMENT DELIVERY TOTAL 7,•..) DAYS $ /ffyO A mandatory pre -bid conference will be held on June 8, 2020 at 11:00 AM, at the building located at 822 7th Street, Greeley, CO, Meet at first floor lobby in front of Chase Bank. Bids will be received up to, but not later than June 24. 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID OPENING WILL BE HELD VIA A SKYPE CONFERENCE CALL To join call: 1 (720) 439-5261 and enter Conference ID: 994107824 Please note that due to the Coronavirus (COVID-19) pandemic, some of us are teleworking. With that said, the following changes have been made to our current bid process until future notice: 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bidsAweldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to Bidnet is 500 MB. BID REQUEST #B2000135 Page 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING. BOILER REPLACEMENT - 822 7TH STREET This bid is for the replacement of two boilers and associated equipment located at the Weld County Building located at 822 7th Street, Greeley, CO 80631. SPECIFICATIONS: This is a turn -key replacement project of the boilers and will include the following: 1. Removal of the old boilers and installation of new boilers as well as two circulation pumps, associated valves and expansion tanks. 2. Replacement boilers, (2) each must meet the minimum specifications to retain the same function as the current units. The current units are American Standard Boilers: a. Boiler # PFA-516 b. Series # 1 B -J 1 c. Gross output: 2604 MBH d. Firing rate Gas: 3178 MBH e. Net I=B=R rating: 2264 MBH 3. Replacement circulation pumps, (2) each must meet the minimum specifications to retain the same function as the current units. The current units are Pacific Pumping CO. pumps: a. Model # 10-25705-130001-1622 b. 95 GPM c. 45 Head FT d. 3 HP Motor e. 1755 RPM f. 230/460/60/3 Voltage 4. Replace existing expansion tanks in mechanical room. 5. All hoisting and lifting equipment shall be a part of this contract as needed to complete the project. 6. Replacement shall be completed as quickly as possible so that the building heating capabilities are disabled for the shortest amount of time possible. Work outside of the buildings main areas may be completed during normal business hours as long as there is no disruption to the building occupants. Any work that will be a disruption to the operation of the building will need to be conducted during non -business hours. Project will be completed during summer when building is not calling for heat. 7. All pipe insulation and jacketing that is disturbed will be required to be replaced with new materials. 8. The system will be set up to utilize the current Delta Control System Version 3.4 through SetPoint Systems and maintain the same capabilities as the current units do. 9. All piping connections, venting, gas connections, electrical connections and control connections shall be a part of this contract. 10. Test and balance of installed equipment is required. 11. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities as shown above. 12. The projected contract date is July 24, 2020. The projected installation completion date is no later than September 10, 2020. BID REQUEST #82000135 Page 9 ADDENDUM#1 BID REQUEST NO. B2000135 B2000135 — Boiler Replacement — 822 7th Street Buildings & Grounds Dept. 1) As shown: Page 1 of the Bid Specifications list this project as bid number B1900135. Changes: This project is bid number B2000135. Please change reference to bid number on this page. 2) As shown: Specifications call to replace two pumps with new. Changes: Add two additional pumps to be replaced for a total of 4 pumps. The information for the two additional pumps is: a. Model # 10-25951-130001-1682 b. 210 GPM c. 69 Head FT. d. 53HP e. 1745 RPM f. 230/460/60/3 Voltage 3) As shown: Specifications call to replace associated valves with no quantities given. Changes: There shall be 2 -5" gate valves, 4 - 4" gate valves, 4 — 3" gate valves, 2 — 4" check valves and 2- 3" check valves replaced. 4) As shown: There is nothing stated in the scope of work regarding any potential asbestos that may be encountered. Change: Weld County is currently having asbestos inspections and testing being performed. Weld County will remove any asbestos listed in the report. ***We need signed copy on tile. Thank You!*** Addendum received by FIRM ADDRESS CITY AND STATE BY EMAIL June 15, 2020 ADDENDUM#2 BID REQUEST NO. B2000135 B2000135 — Boiler Replacement — 822 7Th Street Buildings & Grounds Dept. 1) As shown: No asbestos report has been included. Changes: See attached asbestos report. 2) As stated in questions and answers: Owner will remove all asbestos noted in the asbestos report. Changes: Owner will remove any asbestos noted on the asbestos report not in or on the boilers. Any asbestos occurring in the boilers will be by the contractor. ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY p 1D STATE BY EMAIL' June 22, 2020 CONDENSING BOILER RIDE THE LOCHINVAR WAVETM With the exclusive wave fire -tube design, advancements in Lcchinvar combustion technology and the SMART TOUCH`' control with CON X•US, CREST changed how the industry thinks abcut Eire -tube boilers. Now you have the opporturity to use all of these features in sizes rargina from 750,000 to 6.0 million BTU/hr end delivering up to 961% thermal efficiency. HEAT ENERSY AND COMBUSTION PRODUCTS FLJW DOWNWARD INTO FIRETUE3 FROM THE BURNER ENGINEERED HEAT XCHyNGER FOR OPTIMUM HEAT TRANSFER HEATED WATER FLOWS UP AND OUT WITH MINIMAL PRESSURE DROP 'NON-METALLIC TENTING FLEXIBILITY FLUE OUTI ET AND CONDENSATE. [RAIN AT THE BOTTOM 4.0 - 6.0 Stainless Steel Vent Only THE CREST CREST boilers are equipped with a top -mounted micro -metal fiber burner, engineered specifically for fire -tube technology. The system is designed to ensure smooth, quiet modulating combustion with up to 25:1 turndown. A FBN-2001 fires at its maximum 1,999,999 Btu/hr rate when the heat load is highest, and then gradually turns down to as low as 4% (80,000 Btu/hr) as load decreases. A modulating system runs smoothly and efficiently, without frequent on/off cycling. When the system is zoned, CREST's high turndown works to match the actual system demand. In return, CREST reduces the customer's fuel bill and provides better comfort by load -matching the heat loss of the system. REDUCE INSTALLATION COST CREST can operate over a wide range of flow rates with very low pressure drop. This permits installation of a full flow (variable primary) system. Installation is streamlined, without the time and materials cost of primary/secondary piping, and pumps needed to maintain flow in a water -tube boiler. Variable flow also makes CREST more flexible at handling frequent fluctuations in the system flow rate. HIGH EFFICIENCY CREST operates reliably with supply gas pressure as low as 4 inches water column. Negative Regulation technology draws gas into a pre -mix combustion system, instead of relying on utility pressure through the gas valve. Operation is steady in low gas pressure systems or when peak gas supply demand occurs. Plus, Neg/Reg fan control fine-tunes the fuel/air ratio entering the burner, providing an even, cleaner -burning flame, achieving high combustion efficiency. PEACE OF MIND, Cascade redundancy provides peace of mind because it helps ensure that a CREST boiler system will always deliver reliable performance with no downtime. If the lead boiler is turned off for maintenance, cascade redundancy automatically shifts the lead role to the second sequenced boiler. Up to eight CREST boilers can be sequenced using a 2 -wire daisy -chain connection. Cascade sequencing can be programmed for lead -lag or efficiency optimized operation. 4 With lead -lag operation, one lead boiler modulates to capacity on demand. As load increases, the system then cascades to additional lag boilers in sequence. The first -on role shifts daily, distributing equal runtimes to each unit. In an efficiency optimized system (see illustration above), all boilers fire and modulate simultaneously at the same Btu/hr input rates, maximizing thermal efficiency. CREST features the next generation of Lochinvar's all -in- ane SMART TOLCI4'" operating control with the integration of the CON•X-US advanced technology. SMART TOUCH with CON•X•US provides outstanding functionality, and can be integrated directly into a Building Automation System via Modbus and BACnet MSTP as standard equipment. A 8" touch screen along with an updated user interface allows users to quickly see what their unit is doing. On screen graphs can help diagnose issues in the field. A new screen saver mode identifies the status of the boiler. Dark green indicates running mode, olive green is blocking mode and red is Icckout mode. This is another way Lochinvar is leading the charge with boiler controls. INTRODUCING BOILER PLANT CONTROL, '.. _ ....4 _:.. And now, the CON -X -US mobile communication platform allows the SMART TOUCH to go where no other boiler has gone before. CON•X-US provides the ability to monitor and manage multiple CREST boiler plants without ever stepping into the mechanical rooms. CON•X•UE will send alerts via text or email notifying of changes in system status, and anytime, from anywhere, a user can check system status and re -program boiler functions. Once downloaded, the free CON•X•US mobile application allows for remote access to all SMART TOUCH functions using any internet- capable device. • DO REGULAR CON•X•US CHECKS FOR ALL YOUR CREST CUSTOMERS, AND LET THEM KNOW YOU'RE MONITORING THEIR BOILER'S PERFORMANCE. - ADJUST SETPOINTS, DOMESTIC HOT WATER, RESET CURVES, PUMP DELAYS AND MORE, USING THE CON•X•US INTERACTIVE DISPLAY. • STATUS ALERTS VIA TEXT OR E-MAIL LET YOU KNOW WHEN A CREST BOILER NEEDS ATTENTION. CON X US" REMOTE CONNECT FLEXIBLE VENTING 4 CREST offers & venting options, and permits direct -vent air intake and exhaust runs up to 100 equivalent feet, using PVC, CPVC, polypropylene or stainless steel pipe -*k Plus, multiple units can be common -vented to reduce time and materials cost. Direct -Vent Room Air Vertical Room Air Sidewall Common -Vent* Direct -Vent Vertical Vertical w/Sidewall Air *Contact Lochinvor for information on common venting of CREST boilers. **Avaiahle for models FB 0751.3501. Stainless steel pipe only for models FB 4001;6001. SMART TOUCH FUNCTIONS AND FE SMART TOUCH FEATURES 'CON•X•US Remote Connect 'SMART TOUCH''ouchscreen Operating Control 'Full -Color 8" Touchscreen LCD Display 'Built-in Cascading Sequencer for up to B Boilers Built-in Redundancy Cascade Multiple Sized Boilers Lead/Lag Cascade Efficiency Optimized Cascade 'Front -End loading Capability with Copper -Fin II' and Power -Fin` Boilers 'Building Management System Integration with D-10 VDC Input 'BACnet MSTP Communications >Modbus Communication >Outdoor Reset Control with Outdoor Air Sensor >Password Security >Domestic Hot Water Prioritization DHW tank piped with priority in the boiler loop DHW tank piped as a zone in the system with the pumps controlled by the Smart System DHW Modulation Limiting Separately Adjustable SH/OHW Switching Times >Low Water Flow Safety Control & Indication >Inlet & Outlet Temperature Readout >Freeze Protection >Service Reminder >Time Clock >Data Logging Hours Running, Space Heating Hours Running, Domestic Hot Water Hours Running, Modulation Rate Ignition Attempts Last 10 Lockouts 'Programmable System Efficiency Optimizers Night Setback Anti -Cycling Outdoor Air Reset Curve Ramp Delay Boost Temperature & Time Modulation Factor Control >Three Pump Control System Pump Boiler Pump Domestic Hot Water Pump >High -Voltage Terminal Strip 120 VAC/ 60 Hertz / 1 Phase Power Supply (FB 0751-2001) 208 VAC/ 60 Hertz/ 3 Phase Power Supply (FB 2501-3501) 480 VAC/60 Hertz/3 Phase Power Supply (FB 4001-6001) 'Low -Voltage Terminal Strip 24 VAC Auxiliary Device Relay Auxiliary Proving Switch Contacts Alarm on Any Failure Contacts Runtime Contacts DHW Thermostat Contacts Unit Enable/Disable Contacts System Sensor Contacts DHW Tank Sensor Contacts Outdoor Air Sensor Contacts Cascade Contacts 0-10 VDC 8Ms External Control Contact 0-10 VDC Variable Speed Boiler Pump OPTIONAL EQUIPMENT Alarm Bell BMS Gateway - BACnet IP or Lan Works Wireless Outdoor Temperature Sensor Condensate Neutralization Kit Common Vent Kits Damper Motorized Isolation Valve Variable Speed Boiler Pump Electrical Options (Shipped Loose): FB 0751-2001 > 208V/10/6DHz 3 120V/10/60Hz > 480V/10/60Hz 4 120V/10/60Hz > 600V/10/60Hz 4120V/1Q /60Hz F8 2501-3501 > 480V/30/60Hz 4 208V/30/60Hz > 600V/30/60Hz 4 208V/30J/60Hz FB 40036003 > 206V/30/64Hz 4 480V/30/60Hz > 60DV/30/60Hz -3 480V/30/60Hz -ochinva' shoord be ,unsuited Odom seir;ting a boiler for :nsm6stions hovong Uo2,ucl piping and yicsup i,Varrentents, will as ininunl lent cysicm uparallon, extensive piping systems, eft -ire ratings nave been determined under the p,oyisinns governing forted draft burners TURES CODES & REGISTRATIONS ANSI Z21.13/CSA Certified ASME Certified, "H" Stamp / National Board California Code Compliant CSD1 / Factory Mutual / GE Gap Compliant Canadian Registration Number (CRN) South Coast Air Quality Management District Qualified (FB 0751-2001) STANDARD FEATURES Proof of Closure Valve (6001) Modulating Burner with up to 25:1 Turndown Direct -Spark Ignition Low NOx Operation Sealed Combustion Air Inlet Filter Low Gas Pressure Operation Vertical and Horizontal Direct Venting > Direct Vent up to 100 Feet > PVC, CPVC, Polypropylene or AL29-4C (FB 0751-3501) > AL29-4C (FB 0751-6001) ASME "H'' Stamped Heat Exchanger 316L Stainless Steel Fire Tubes 160 psi Working Pressure On/Off Switch Adjustable High Limit with Manual Reset Low Water Cutoff with Manual Reset & Test High & Low Gas Pressure Switches w/Manual Reset Low Air Pressure Switches Condensate Trap w/Blocked Drain Switch Drain Valve System Sensor Outdoor Air Sensor Inlet & Outlet Temperature Sensors High -Voltage Terminal Strip Low -Voltage Terminal Strip Downstream Gas Test Cocks 50 psi ASME Relief Valve Temperature & Pressure Gauge Zero Clearances to Combustible Materials High Altitude Models Available 10 -Year Limited Warranty (See Warranty for Details) 1 -Year Warranty on Parts (See Warranty for Details) Lochinvar.com CREST BOILER DIMENSIONS AND SPECIFICATIONS FB'0751 50 50 18'1001 F8'175I 63 1,250 961% 1,203 1,046 20:1 77 18'1501 60 1,500 962% 1.443 1,255 25:1 77 18'1751 70 1,750 96.2% 1,684 1,464 25:1 78" 30` 66-1/4' 67 6S-3/8' 12.3/8' 11-3/8' 114/4" 18'2001 80 1,999 96.2% 1,924 1,673 25;1 78" 30" 66-1/2" 68' ti -3/'8" 12.3/8° I13/8' 11.1/4' 18'2501 125 2,500 96% 2,400 2,087 20-I 773/4' 35° 833/4' 83-3/4" 633/4' 13-1/2' 11.1/4 10.1/7 1' 150 3.000 96% 2883_ 2,507 .10I - 77. 4" _..35' 833/4' :83.3/4' 63.314'.. 93-1/7 tt-U4'- .';10-1/7:,,, 175 3,500 96% 3,364 2,925 201 77.3/4" 47 99.1/2' 86.3/4' 63-1/7 13.1/4' 19.1/7 103/4' 3,999 96% 3,843 3,342 121 77.3/4' 454/2` 103.1/7 97 63.1/2' 13-V4" 11.1/2' 10.3/4" 4,999 96% 4,804 4,177 101 77.3/4" 46-1/2' 102.1114' 99.1/2' 63.1/2' 15` 11-1/2' 10.3!4' 6,000 96% 5,766 5,014 10:1 77.3/4' 50" 102.3/4' 99.3/4' 63.1/7 14.3/4' 11.1/7 103/4' SIDE BACK `u;EplRlr° DIMENSIONS AND SPECIFICATIONS Gross Output Net AHRI MBH Rating MBH Turndown A B C D 750 96.2% 722 628 15:1 78' 999 961% 962 837 20:1 78' TOP 55-1/7 51.5/8' 66-I/8' II.1/7 II -3/7 114/4' 56-1/7 51.5/8' 66-1/7 11.7/7 11.3/8' 11.1/4 56.1/7 S7.3/4' 66.1/B' 11.1/8' 113/8' 11-i 4' 613/7 67 65-3/7 92-3/7 113/8' 11.1/4' 1 333 I 500 I 600 Model Number 1 K F8'075) 12-I/2' 18'1001 18'1251 12.12' 56" FB'1501 12.9/7 67.1/4" 18'1151 12.1/2" 65.3/4` F8'2001 12.1/2" 66' 18'x501 121/4" 12.1/2" 18'4801 12.1/'2" 103' FB'5001 F76001 12.11/2" M N 0 P Q R 18'3501 83.1/4' 1 91' 51' Gas Water Air Vent Oper, Weigh[ Ship. Inlet Weight Intake Size (w/water) Conn. Outlet (lrys} 13' 8.3 4' 76.3/4' 23.3/4 49.1/2' 7-3/8' 1.1/4' 13" 8.3/4" 28.3)4" . 13" 62-3/B" 15-1%8' 15-7/8' 15-7/8" 76-i/4' 19.3 4' 744/4" a x_ig 3 4".. 9"1/7. ;; `28.3/4".:, e1 al/4" 61-t/2" 12.3/4" 35.1/2' 94° 24-3/4' 13.1/2" 39.1/2.' O/7 26.3/4" 9" 26118" 9" 27" 7 27' 263;/4' 58.3/4" 51/8' I -It? 4" 9.1/4, 78.3/4' 3'' 71° 7.1/4" 2' 7 23-I/9" 21.5/0' 49-1/2' 6.11/2' I -I ` 3" 27-7/8' 59.1/4" 5-18" 1.1/2' 7 21-18' 58-374' 5.18" I•I/i" 4" 49.1/2" 6-1/1' 1-1/4" 71^ ,7' 4!=, 31.314" 13.1/4' 8.3/4' 2" 4" 47.1/4" 95]/4' 10-1/2" 2.1/7 7 12' 6' 6' 8' 8' B' 8' 101.3/4' 92.1/7 22" 14' 39-3/4" 39-1/7 84' 102.1/7 93-I/4' 27 153L4' 43.1/2" 361(2' 93-3/4" 9.1/4' 2-l/2" 6' 9" 2.117 7 Xc7Ysr ?rrtsr,rr X'ie,- st8l Ael,'1"kctPPa, megfer OM'5'iarltuct Nda,410pelnidttcti000ner. Aiwt.54 dii 4crtljett M thaep wdhadrgOte,, LOdattswwprtasfidlirdansutted hafarerrl nstptstAppst n�ttZS ttprprpgendp,c9up,egpleesnfs, iurh as intermfttan SYSternaprrut,A,, e* pAs.+pu;g sMems,etc IAsrehnps bare heen 4eturninni under rha pre -4 I!FL :wrrrraNpys, ,,, pre baprdsn epfpr"9 wi@pukup aP4mmer of t,$d. 14' 6' 7 1;838 8' 1,975 8' 2,307 8 .. 2,458 8' 2,570 7 3,600 ,}.94211~ t , _ :.ys881 10' 4,600 3,218 12" 5,200 3,805_ 14" 5,900 4,101 14' 14' 6,900 4,111 1,168 nq u OOR✓ for yoerm:?q jarred dvri burners. The Net 7 Lochinvar f Y in 'e. 1orh,noa,. tun, FBNT-06 1sti1nCC t13N1 Q lump 11 .1 i ',Mot,.n.,-,!. ,,, t,,,u..:Am Volia.vrwiln.r"y:.0...: bnoiepti,.en. vanwtla v.ui:m. • I m hnrv:u, I i(- - AsF: - 5K ; 1; I€' P,,nlr6 m 11,S,A, 01'5, W�co Fl Series Pump Submittal Data ComforteSohltions° A Taco Family Company JOB: Weld County ENGINEER: Submittal No: 301-1410D I Model: 1507D I RPM: 1760 • 60 Hz j Effective: January 27, 2020 I Supersedes: July 12, 2018 PRODUCT DATA ITEM NO. MODEL NO. IMPELLER DIAMETER 6.7" 15O7O HORSEPOWER 2 GPM 9i' VOLTAGE 208/'430-460v/30 HEADIFT - 4 RPM 1760 WEIGHT PUMP/MOTOR 230 lbs. NSF 61 CERTIFIED NO DIMENSIONS Model No. 115070 Flange Size (Suction x Discharge) 12 •ax 1 h (64 x 39) HORSEPOWER 1 1.5 I 2 3 ODP I MOTOR FRAME 143T 145T 182T G MAX 12 45 (316) 13.13 (333) 15.13 (384) MAXIMUM ASSEMBLY WEIGHT LBS. (KG) 230 1105) 256 (116) TEFC MOTOR FRAME 143T 1451 iii 182T G MAX 15.67 (398) a 18.19 (462) MAXIMUM ASSEMBLY WEIGHT LBS. (KG) 230 (105) 256 (116) A ANSI Class 125: 3.75 (95) ANSI Class 250: 4.06 (103) B ANSI Class 125: 6,75 1171) ANSI Class 250: 7.00 (178) C 14.17(360) D 32.0 (813) E ANSI Class 125 0,83 (21) ANSI Class 250. 0,58 (15) F 10.49 (266) J ANSI Class 125: 17.16 (436) ANSI Class 250: 17 47 (444) K 12 67 (322) N 2.00 (51) P 28.0 (711) English dimensions are in inches, Metric dimensions ere in millimeters. Metric data is presented in ) ).. De not use her conslruchnn purposes unless certified REPRESENTATIVE: McCoy Sales [ Itatativ.IY CONTRACTOR: Configuration DOE Basic Model Number PEI Value Energy Rating Bare Pump FI15070-4P-BP PEI5 0.85 15 Pump + Motor FI15-70-4P-PM PEIL 0,85 15 *Prem. Eff. Baldor Super -E Motor* OPERATING SPECIFICATIONS FLANGE PRESSURE TEMPERATURE ANSI Class 175 PSIG' 250"F 125 (1210 KPA) (120°C) ANSI Class 300 PSIG** 250°F 250 (2070 KPA) (120°C) Motors: All NEMA Stwldard (7 Fratfney ' In accordance wdh ANSI Standard 816.1 Gass 125 In accordance with ANSI Standard 816.1 Class 250 D P 0.75' (19MM) DIA. HOLE G SUBJECT IC CUSTOMER'S MOTOR SELECTION 3/4' NPT DRIP PAN DRAIN I -- DISCHARGE 1/4' NPT UGE TAP 1/4' NPT CASING DRAIN PLUG SUCTION I Comfort so/utions° A Taco Family Company Jog Weld County HH Sera S I Submitta9 Data, Submittal No 301-2141D I Model 2009D I RPM 1760 80 Hz I Effective January 27 2020 1 Supersedes July 12 2018 REPRESENTATIVE McCoy Sales / Rampart Supply ENGINEER CONTRACTOR PRODUCT DATA ITEM NO MODEL NO IMPELLER DIAMETER GPM 210 HEAD/FT 69' WEIGHT NSF 61 CERTIFIED la NO 8.8" 200913 HORSEPOWER 71/2 VOLTAGE 208/230-460y/30 RPM 1760 PUMP/MOTOR DIMENSIONS Model No I 2009D Flange Size (Suction x Olacharge( 2 iSa 2 (64 x51) 458 lbs. HORSEPOWER 2 3 5 7 6 ODP MOTOR FRAME 145T '®2T 1847 2137 G MAX 13 13 (333) 15 13 (384) 19 08 (484) MAXIMUM ASSEMBLY WEIGHT LBS (KG) 287 (130) 328 (1491 458 (208) TEFC MOTOR FRAME 145T 182T I 1841 213T 0 MAX 15 67 (398) 1819 (462) 20 65 (524) MAXIMUM ASSEMBLY WEIGHT _ LBS (KG) 287 (130) 328 (149) 458 (208) A ANSI Class 125 4 60 (117) ANSI.Class 250 4 91 (125) a ANSL Class 125 9 75 (2481 ANSI Clam 250 10 (254) C 17 18 (436) 0 400(1016) 1430(1092) E ANSI Class 125 1 47 (37) ANSI Class 250 1 16 (30) F 11 28 (287) J ANSI Class 125 17 93 (455) _ ANSI _Class 250 18 24 (463) K 15 68 (398) N 200(51) P 36_0 (914) 1390(991) English dimensions are In inches Metric dimansmnsare in mdl,maiers Maine data Is presented In I ) Do not use for construction purposes unless certified Configuration DOE Basic Model Number PEI Value Energy Rating Bare Pump FI2009D.4P-8P PEId 0 B6 14 Pump + Motor F12009D-4P-PM PEId 086 14 *Prem Eff Baldor Super -E Motor* OPERATING SPECIFICATIONS FLANGE , PRESSURE TEMPERATURE ANSI Class I 175 PSIG• 250°F 125 (1210 KPA) (120°C) ANSI Class 300 PSIG' 250'F 250 (2070 KPA) (120 C) Motors All NEMA Standard (T Frame) - In accordance w Ih ANSI Standard 816 1 Class 125 In accordance with ANSI Standard 816 1 Class 250 0 75' (19MM) DIA HOLE SUBJECT TO CUSTOMER S MOTOR SELECTION 3/4' NPT DRIP PAN DRAIN D P _ G DISCHARGE 1/4 NPT GAUGE TAP 1/4 NPT CASING DRAIN PLUG - SUCTION ACOR0 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 12/19/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Commercial Risk Solutions 6600 E. Hampden Ave., Ste. 20C Denver CO INSURED Westco Systems. Inc. 7396 Lowell Blvd. Westminster CO 80030-4860 WESTC-2 COVERAGES CERTIFICATE NUMBER: 1997443359 CONTACT NAME: Shana Tamayo PHONE 303-996-7842 E-MAIL ADDRESS: stamayo@crsdenver.com INSURER(S) AFFORDING COVERAGE FAX (A/C, No): 303-757-7719 INSURER A : Westfield Insurance INSURER B : Pinnacol Assurance INSURER C : INSURER D : INSURER E : INSURER F : REVISION NUMBER: NAIC # 24112 41190 THIS IS TO CERTIFY THAT THE PCLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL CLAIMS -MADE LIABILITY OCCUR V V TRA5062703 1/1/2020 1/1/2021 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 500,000 X MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: 130 LIMIT APPLIES IT- PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 1 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y TRA5062703 1/1/2020 1/1/2021 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X ! �- x S A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE TRA5062703 1/1/2020 1/1/2021 EACH OCCURRENCE $ 5.000.000 AGGREGATE $ $ DED X RETENTION S n B WORKERS AND ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED2 (Mandatory If yes, DESCRIPTION COMPENSATION EMPLOYERS' describe LIABILITY in NH) under OF OPERATIONS below V / N N / A Y 4073650 1/1/2020 1/1/2021 X PER STATUTE J OTH- ER E.L. EACH ACCIDENT S 1,000,000 N E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION Weld holder conditions OF OPERATIONS County is included as required and exclusions / LOCATIONS / as additional by written contract. apply. VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) insured on the General Liability with respect to ongoing and completed operations of the named insured for the certificate General Liability, Auto Liability and Workers Compensation coverage include waivers of subrogation. All policy terms. CERTIFICATE HOLDER CANCELLATION Weld County PO Box 758 Greeley CO 80632 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 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD New Contract Request Entity Information Entity Name* WESTCO SYSTEMS INC I L Contract Name* 822 7TH ST BOILER REPLACEMENT Contract Status CTB REVIEW Contract Desorption* BOILER REPLACEMENT Contract Description 2 i Contract Type k CONTRACT Amount k $179,980 00 Renewable* NO Automatic Renewal Grant IGA t-. ❑ New Entity? Entity ID* @00034043 Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov co m Department Head Email CM-BuildingGrounds- DeptHeadweldgov corn County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV COM If this is a renewal enter previous Contract ID If this is part of a MSA enter iviSA Contract ID Note the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract, Dates Contract ID 3914 Contract Lead* SGEESAMAN Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project # sgeesaman@co weld co us Requested BOCC Agenda Date* 07/22/2020 Due Date 07/18/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Effective Date Termination Notice Period Review Date k 02/262021 Committed Delivery Date Renewal Date Expiration Date* 02/26/2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 07/20/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/27/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 07120/2020 Tyler Ref # AG 072720 Legal Counsel BOB CHOATE Legal Counsel Approved Date 07/20/2020 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 July 6, 2020 To: Board of County Commissioners From: Toby Taylor Subject: 822 7th Street Boiler Replacement Recommendation; Bid - B2000135 As advertised this bid is to replace the boilers at 822 7th Street. The low bid is from Everest Mechanical. However, the bidder did not acknowledge or return Addendum 1 or Addendum 2. Therefore, their bid is incomplete. In addition, the Everest Mechanical proposed a boiler which does not meet the specifications of a high efficiency boiler. The second low bidder is Westco Systems Inc. Their bid was complete and meets specifications. Therefore, Buildings & Grounds is recommending the award to Westco Systems Inc for $179,980.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director zg2©— icr, y O7/K5 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(a)weldgov.com E-mail: reverettweldqov.com E-mail: rturf ,weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: JUNE 24, 2020 REQUEST FOR: BOILER REPLACEMENT - 822 7TH STREET DEPARTMENT: BUILDINGS & GROUNDS BID NO: #62000135 PRESENT DATE: JUNE 29, 2020 APPROVAL DATE: JULY 13, 2020 VENDOR TOTAL EVEREST MECHANICAL 1254 SHERMAN DR, UNIT 5 LONGMONT, CO 80501 WESTCO SYSTEMS INC. 7396 LOWELL BLVD WESTMINSTER, CO 80030 ENERGY SERVICES OF COLORADO 960 W 124TH AVE #900 WESTMINSTER, CO 80234 FRONTIER MECHANICAL INC. 2771 W MANSFIELD AVE ENGLEWOOD, CO 80110 COLORADO MECHANICAL SYSTEMS 7094 S REVERE PKWY CENTENNIAL, CO 80112 $168,000 $179,980 $203,868 $208,999 $229,800 ESTIMATED LEAD TIME 30 DAYS 25 - 30 DAYS 14 - 30 DAYS 45 DAYS 28 DAYS THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. 2020-1919 O6./J..q '6,&oesa.a Hello