Loading...
HomeMy WebLinkAbout20194864.tiffatantrAct #>:3&9 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 November 4, 2019 To: Purchasing From: Toby Taylor Subject: Jail Cooler Upgrade Recommendation (B1900138) As advertised, this bid is for upgrading the Jail kitchen coolers. The low bid from Oztek Commercial Services meets specifications. Therefore, Buildings & Grounds is recommending award to Oztek Commercial for $17,878.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director adn2ront 1195/19 5Gp0a1 6,)( (6 2019-4864 Cheryl Hoffman From: Sent: To: Subject: Attachments: Cheryl, Toby Taylor Wednesday, November 20, 2019 4:19 PM Cheryl Hoffman Jail Cooler recommendation Jail Cooler Upgrade Recommendation.docx Attached is the recommendation for the Jail Cooler bid that you left a message for. Since it was under the $25K limit, the letter was addressed to Purchasing for publishing to those who bid. If you need something else, let me know. Toby Taylor, Director Weld County Department of Buildings & Grounds Weld County Veterans Services 1105 H Street P.O. Box 758 Greeley, CO 80632 P: 970.400.2023 F: 970.304.6532 ttaylor@weldgov.com 1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & OZTEK COMMERCIAL SERVICES LLC JAIL COOLER & FREEZER UPGRADE THIS AGREEMENT is made and entered into this II day of Wovenriber-, 201 I; by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "0" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and OZ'I'EK Commercial Services LLC whose address is P.O. Box 698 Windsor, CO 80550, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; 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 B are 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. 190013 ` 79 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 the Exhibits 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 described in Exhibits A&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 successful completion of the project, and County's acceptance of the same, County agrees to pay an amount no greater than $17,878.00, 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 thebard 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. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 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. Builder's Risk Insurance: Builder's risk coverage in the amount of $5 million for renovations, repairs made by the Insured at any location (including new locations with total contract cost under $5 million). Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; 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. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. 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. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract: or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information_: Contractor: OZTEK Commercial Services LLC Attn.: Julian Bateman/ Owner Address: P.O. Box 698 Address: Windsor, CO 80550 E-mail: oiairticyoi, Telephone: (970) 324-6680 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1 105 H Street Address: Greeley, CO 80632 E-mail: tut+,lor co,wehl.c:G,.0 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 he 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 thcn capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shalt 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. Choke 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 (l 8) 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 1 Z day of NOV ember , 20II. CONTRACTOR: OZTEK Commercial Services LLC By: lA Name: Title: A Ct 141241t2 P - Date / v i- /2I D 1, WELD COUIt1��: t _W/ , G j,LLO;e1 ATTEST- {// Z� Weld • ou ' Clerk to the B, and BY: BOARD OF COUNTY COMMISSIONERS WELD COUN , COLORADO Deputy CI arbara Kirkm . er, Chair NOV 2 5 2019 :aerrn0a7047A? M1 are -n.44 ' "V -.fl di.its; REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: SEPTEMBER 23, 2019 Exhibit A BID NUMBER: B1900138 DESCRIPTION: JAIL COOLER & FREEZER UPGRADE DEPARTMENT: BUILDINGS & GROUNDS BID OPENING DATE: OCTOBER 24, 2019 1. NOTICE TO BIDDES: 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: JAIL COOLER & FREEZER UPGRADE A mandatory pre -bid conference will be held on October 10, 2019 at 10:00 AM, at the Weld County Jail located at 2110 I- Street, Greeley, Colorado 80631. NOTE: Meet in lobs. promptly at 10:00 AM and be prepared to go through s tcurity check before entry. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 O Street, Room #107, Greeley, CO 80631 until: ctober 249 2019, at 10:00 AM (EL r, COUNTY PURCHASING TIME Cl CK). 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 the Weld County to pay if awarded the bid. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasinq/bids proposals located under "Bids / Proposals / Tabulations". And, on the Bidnet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: b i d s (c w e I d g o v. c o m. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to Weld County Purchasing Department, 1150 O Street, R*om #107, Greeley, CO 80631. IP ease call Purchasing at 970400-4222 or 4223 if you have any questoons. 3. INSTRUCTIONS TO IDDERS! INTRODUCTO V INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid {s stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director/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/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders ars expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the *pinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BI DER HIRING PRACTDC S — ILLFG I ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly empl*y or contract with ,n illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, ='ii:.0 l'.r-'...`riLitv;.":;pr Vi.'Fi 1:7=ir.J.VI.1'G:5 �i2= :;:Fs+;ci.'i`:V,M'.$`s%5P..�';i��'n_lknW,;-.�:•ti e-n...':a_ •v=,aS:.,:.:. ,.s:. BID REQUEST #B1900138 Page 2 througa paricipation in the E -Verify program or the Stale of Colorado program estholished pursuant to C.R.S. §8-'7.5-102(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 su °contractor that fails to certify with Successful bidder th;t the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this greement. Successful bidder shah not use E -Verify Program •,r State of Colorado program procedures to u ndertake gore-eriployment screening or job applicants while this Agreement is being performed. If Successful bider obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts witn an illegal alien Successful oioder shall notify the subcontractor and County within three (3) ways that Successful bidder has actual know edge that a subcontractor is employing or coatr cting with an illegal alien and shah terminate the su oc.ntract if a subcontractor does not stop employing o r 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 subccntractohas not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests mde in the course •.f an investigation, undertaken pursuant :0 C.R.S. §8-1 (.5- '02(5), by the C rado Department of Labor and Ernpl•-ymc nt. If Successful bidder p rticioates in tie State owl Co orado program, Successful binder shall, within twenty days after hiring a new employee to perform work u nder the contract, affirm that Successful bidder has examined the legal work status of such employee, retainec file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a {at-ritten notarized affirmation that it has examinee the legal wowk status of such employee, and shall comply with all of the o h r requirements of the State of Colorado program. If SLccessful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder o perates as a sole proprietor, it hereoy 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 o ne of the forms of identification required by C.R.S. § 24-76.5-101, et seq., nd (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. ENERAL PROVISIONS A. Fun •: Avails, bility: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, oudgted and otherwise made available. By cceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidentna0 informaton: Weld County discourages bidders fr•m submitting confidential information, including trade secrets, 1.h,,t cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly oeno,ting in red on the information at the top the word, "CINFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CRA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained wi.rsin the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (rrade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld C•-unty receives a CORA request for bid information marked "C NFIDENTIAL", staff will review the confidential materia s to determine whether tiny of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disci sure. Weld County staff will not be responsible for redacting or identifying Confidentia information which is included within the oody of the bid and not separately idertifiec. 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. agfiri a':.tiv7e,.�i3 ,d °:E?'G.a Y :t .�"�rr °m < an�"`amt BID REQUEST #81900138 Page 3 C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §24 -1O -1O1 et seq., as applicable now or hereafter am ,nded. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or emplyee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and ,.gents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide sucn coverage for the successful bidder o r any of its ag: lts or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and ko-p in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Copi' nce vilth Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. Thord-Party 83enefociny Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the u ndersigned 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 FeesEegal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contr act, 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. Disadvantage! usiness Entrprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitati•ins and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. f113 J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products n .cassary for the project and agrees to diligently provide all services, labor, personnel and materials necessa ',r to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements o utlined 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. ant. s Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, fall continue through and until successful bidder's completion of the responsibilities described in the Bid. L.` _ 'erminatoon: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. BID REQUEST #81900133 Page 4 E tensIdon or athon: Ary amendments •r modifications to this agreement shall be in writing signed by ooth oarties. No additional services or work performed by the successful bidder shall be the basis for additionI compensation unless and until the successful bidder has obtained written authorization any} acknowledgement by county foe such additional services. Accordingly, no claim thsit the County has been ureustly enriches oy any additional services, whether or rot there is ii f;ct any such unjust errichment, shat be the oasis of any increase in the compensation payable hereunder. N. Subcontractors: The success -u[ biddacknowledges that County has enaered into this agreement in re iance up• 1 the particular reputation and expertise of the successfu bidder. The successful budder sna I not enter into any subcontractor agreements f the completion of this Project with.Jt County's prior written consent, which may be withheld in County's so'e discretion. County shall have the right in its reasnable discretin to approve all personne assigned the subject Project during the performance of this Agreement and no personnel to who county has an bjectin, in its reasonable discretion, shal be assigned to the Project. The successfu bidder shI require each subcontractor, as aoproved by County and to tie extent of the Services tc be performed by the subcontractor, to be bund to the successful bidder by tre terms of his Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the succnssful bidder, by this Ag-eemeit, assumes toward County. County snail have the right (out not the obligation) to enforce .a9h, provisions of this Agreement against any subcontractor hired by th- successful budder and the successful bidder shah coop rate in such process. The successful bidder shall be respoisib e for the acts and omissions o its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that seices performed under this Agreement will be performed in a er c.nsisterct with the standards gov 2rning such servicrs and the provisions .f this Agreement. The successfu bidder further represents and warrants that all services shall be performed by qualified personne in a professions and workmanlike manner, consistent with industry standards, and that all services will conform to app 'cable specrications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuart to this Agreement is subject to a one-year warranty period during which Cortractor must correct any failures r deficiencies caused by contractor's worKmanshi°o or performance. The bidder warrants that ..he goods to be supplied shall be merchantable, of good qua ity, and free from defects, whether patent or latent. Tie goods shall be sufficient for tie purpose intended and conform ..o the minimum soecufications herein. The successful bidder shall warrant that he has title to the goods supp[ied and that the goods are free and clear of al iens, encumbrances, and sectPty interests. Service Calls in tie First One Year Period: The successful oidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be surchased by We d County, Colorado, pursuant to this bid f, r as many service cal s as are necessary for the lrst •, ne (1) year period after said goods are first supplied to Weld C .urty. re idder shall submit wi are submitted: h their bids the following informatin pertaining to t 1. Detailed eQuipmei it speci 2. Descriptive literature. ications to include the warranty. n q uiornent upon which the bids P Non sso nment The successful bid° er may not assign or transfer this Agreement or any interest herein or c aim :hereunder, without the prior written ,ppr•;va[ of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereu'K.er. Sucn consent may be granted or cenied at the sole am absolute discretion of County. Dnto�rruptllons: Neither party to this Agreement shat be liable to the other for relays in de to deliver o;r otherwise to perform any obligation under this Agreement, where such fai ure is dL beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flo or G.vernmental actions. to livery •. failure e to any cause d, art.rouakes BID • EQUEST #B1900138 P ge 5 R. N••n-Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Empl.yee Finandal Inte rtst/C • nflict •f Intrr-st — C.R.S. %24-16-201 et sego and §245C5O7. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prhibited: 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. L•;ard •f County C•mmissi •1n -;rs of Weld C •.unty ppr©val: 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. C.mpensati,•.n 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 approve° by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE -`'EQUIRL,V EN1JS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company ES "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/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 Successful bidder. Successful bidder shall be responsible forthe payment of any deductible or self - insured retention. Cunty reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. �c •,_.'.i:u�r2: ..t .r.�1[•-i•jy.{.^: .•i•rx�-_y17Mst,.kjZ.'7a- iuel}si.ii. . _ BID REQUEST #B1900138 Page 6 I�he insura ice coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. he County in no way warrants thathe minimum limits contained herein are sufficient s orotect the Successful oidder from liabilities that might' arise out of the pelorrrarce of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropria:e and/r prudent, maintain hi!,her limits and/or broader coverages. Tie successful bidder is not relieved of any lability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder sha I maintain, at its own expense, any additional kinds or amounts f insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Any modification to these rec uirements must be made in writing by Weld C.unty. The successful bidder stipulates that iV ryas met the insurance requirements identified herein. The successful bidder sha I b responsible for the professional quality, technical accuracy, and quantity on all materials and services provided, the timely delivery of said services, :end the coordination of all services rendered by the successfu bidder and shall, without additional compensation, promptly remedy and correct my errors, omissions, sr other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and emp oyees, from and against injury, loss damage, liability, suits, actions, or claims of any type sr cn iracter arising out of the work done in fulfillment of the terms of this Contact or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regul pion, law or court decree. The successful bidder shall be fully responsible and liable for any .end all in(uries or damage received or sustained oy any person, persons, or property on account of its performance under this Agreement or its failure to comply with the proisions ou the Agreement, or on ccourlt of or in consequence of neglect if The successful bidder in its methods or procedu aes; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsib e for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration ,of the rd of this contract, the successfu bidder agrees to waive .Ill rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, gents, and volun.;eers for losses arising 'torn the work peri rmed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. types of Insurance: The successful bidder shall obtain, nd maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Comp<-,nsation Insurance as required by stale statute, and Employer's Liability Insurance covering al of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontract;. is exempt under Colorado Workers' Com ensation Act., AND when such successful bidder or subcontrctor executes the appropriate-, sole proprietor waiver form. CommerdaD eneral Liabifity insurance for bodily injury, prop: -„ damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $ ,000,C00 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury A utomobaDe oabHity: Successful bidder shell maintain limits of $1,000,00• for bodily injury per person, $1,000,000 four bodily injury for each accident, and Si ,000,000 for property damage applicable to all vehicles operating both or County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the perFormance of this Contract. c._ rIENTWORtWa BID REQUEST #B1900138 Page 7 Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. �••S_''..ir9Tv.•x..+.,c ID:�v.Jj N41p •.Slid fh.nJ (.+jly;{4r.;,}:i.J'i^ku`G'ts�.a{= fO;:: cF.+s_T.�c„'JZ""��:i:i .wY:GIit:".r' k7Ms.. 'u!r.S,I, 0Y0 is TM : L,T atHr spri7r`l.�i'�R BID REQUEST #B1900138 Page 8 DESCRIPTION This bid is for updating the walk-in cooler and walk-in freezer at the Weld County Jail located at 2110 O Street, Greeley, CO 80631. SPECIFICATIONS This is a turn -key project for replacement of the entire refrigeration components for both the walk-in cooler and walk-in freezer at the Weld County Jail and will include the following as a minimum: 1. Removal and replacement of all refrigeration components associated with the walk-in cooler and walk-in freezer to include but not limited to installing new: condenser, evaporator, controls, line set, dryers, sensing bulbs, thermostat, etc. 2. Contractor will provide certification that the proposed equipment is compatible with the existing walk- in enclosure and meets the existing capacities and capabilities as the current refrigeration. 3. The current list of major equipment items to be replaced is: West Cooler ® Evaporator: Russell; Model # AA28-134 B; Serial # G960489-42; 208/230 Single Phase Condenser Unit; Copeland F3AM-A-175-TFC; Compressor; CR18KGE-TF5-875; Serial # 17DAC857M; Voltage 208/230 3 Phase Middle Cooler Evaporator: Russell; Model # AA28-97 B; Serial # D9728733-033 Condenser Unit: Copeland F3AD-A225-TFC-001 ® Compressor: Model # CR18KGE-TF5-875; Serial # 17AC857M; Voltage 208/230 3 Phase 4. Replacement shall include any modification of any structural, architectural, electrical, and plumbing components as required to accomplish the boiler replacement. 5. The replacement system will be set up to utilize stand-alone controls. 6. All work under this proposal shall be completed and coordinated so the Jail maintains the ability to keep food frozen and cold to meet Health Department standards. Therefore, coordination of down time will be closely kept so the County can provide a refrigeration trailer. 7. It is anticipated a contract will be established by November 15, 2019. Based on this date, identify your projected start date and end date for on -site work. 8. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 9. Permits will be through the Weld County Planning Department. Fees for permitting will be waived with coordination through the Buildings & Grounds Department. 10. Payment and Performance bond is required. Bid bond is not required. A mandatory pm -bid conference will be held on October 10, 2019 at 10:00 AM, at the 2110 O Street, Greeley, C 81631. NOTE: M et in I bb y orm otl t 10:00 AM an thrugh security hect afore entni. eld County Jail, e ore Dart ids will be received up t`"9;ut nt I PURCHASING TIME CL CK) ter than October 24, 2019 at 10:00 AM (WELD COUNTY TOTAL $ START DATE FINISH DATE .g r: �.. ;n.�� 4 Avg s za?tL'a:�:�r.a.W��m:u��_73s�.L'x..�z.d§�..�„;�L�'_`7'��.�,L�c,;�$. BID REQUEST #B1900138 Page 9 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. #B1900138. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO P RINTED NAME AND TITLE S IGNATURE E-MAIL DATE FAX TAX ID # **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION N UMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director �^L.';ti1..�a.::.id:?J�di'. _'.•:C.LC..�i�+.. q.�r.�,bF,��.1\'S _::?"iw.,�_'t'."lf—,.:1`�. .'-i• zTTtifr rt..:: ._ BID REQUEST #BI 900138 Page 10 6-17 DESCRIPTION This bid is for updating the walk-in cooler and walk-in freezer at the Weld County Jail located at 2110 O Street, Greeley, CO 80631. SPECIFICATIONS This is a turnkey project for replacement of the entire refrigeration components for both the walk-in cooler and walk-in freezer at the Weld County Jail and will include he following as a minimum: 1. Removal and replacement of all refrigeration components associated with the walk-in cooler and walk-in freezer to include but not limited to installing new: condenser, evaporator, controls, line set, dryers, sensing bulbs, thermostat, etc. 2. Contractor will provide certification that the proposed equipment is compatible with the existing walk- in enclosure and meets the existing capacities and capabilities as the current refrigeration, 3, The current list of major equipment items to be replaced is: West Cooler Evaporator: Russell; Model # AA28-134 B; Serial # G960489-42; 208/230 Single Phase ID Condenser Unit; Copeland E 3AM-A-175-TFC; Compressor; CR18KCE-TF5-875; Serial # 17DAC857M; Voltage 208/230 3 Phase Middle Cooler 0 Evaporator Russell; Model # AA28-97 B; Serial # D9728733-033 Condenser Unit: Copeland F3AD-A225-TFC-001 ® Compressor: Model # C'i18K E-TF5-875; Serial # 17AC857M; Voltage 208/230 3 Phase 4. Replacement shall include any modification of any structural, architectural, electrical, and plumbing components as requires to accomplish the boiler replacement. 5, The replacement system will be set up to utilize stand-alone controls. 6. All work under this proposal shall be completed and coordinated so the Jail maintains the ability to keep food frozen and cold to n eet Health Department standards. Therefore, coordination of down time will be closely kept so the County can provide a refrigeration trailer. 7. It is anticipated a contract will be established by November 15, 2019. Based on this date, identify your projected start date and end date for on -site work. 8. Work will comply with all applicable Federal, State and local laws, ordnances and regulatory requirements. 9. Permits will be through the Weld County Planning Department. Fees for permitting will be waived with coordination through the Buildings & Grounds Department. 10. Payment and Performance bond is required. Bid bond is not required. me bid conference - . di ...: hel October 10, 2019 t 10:00 AM, at the : &&d County Jail, 2110 O Street, Greeley, CO 80631 a NOTE: Meet try b. through �y (e [c, i'j{1:� np[�I�y�' f1J/J �1,�¶ {��1�1'���f.�[� . security rW•1"YN entry. rom ti_ at 10:00. AM and e.pr p r , _. ids will be received _ap t:�� but nlater t n�1 October 24. 2019 at 10:00 AM (WELD COUNTY U C SING T1 . E C LO . W BID REQUEST #81900138 TOTAL , 3-7 START DATE \ ?CA ck FINISH DATE 1 Z l ccij e Page 9 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. #B1900138. 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 format acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM C)z BUSINESS , ADDRESS o CITY, STATE, ZIP CODE TELEPHONE NO ci 7u 3 2 4 - FAX TAX ID # PRINTED NAME AND TITLE , c SIGNATURE E-MAIL Vic„ low. DATE 1t �� 2C -\c **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #81900138 Page 10 ADDENDUM#1 BID REQUEST NO. B1900138 Jail Cooler & Freezer Upgrade Buildings & Grounds Department The freezer was already upgraded. This bid is for the two coolers. Amend the following on page 9 of the bid: 4, Replacement shall include any modification of any structural, architectural, electrical, and plumbing components as required to accomplish the cooler upgrade. 11. The line -set may be reused if it is completely flushed and all oil removed. 12. Access to the Jail kitchen for any work will be restricted to 7 PM through 3 AM any day of the week, In addition, this access will require background check conducted by Weld County. 13. Work conducted outside the kitchen can be conducted during normal business hours. However, there may be delays of normal project progression due to jail operations and security. We need signed copy on file. Please submit with your bid. Thank You!'""'* Addendum received by: October 11, 2019 IC C rc ss.C\ 7 1 CO — FIRM rr�� ? ADDRESS C OfcAG CITY AND STATE BY 11 a`kc� -A0 @C CY1Cti\ , C®ri EMAIL 1.00 PO BOX 698 WINDSOR CO 5©550-069D TO Commercial Services Weld County 1150 0 Street Greeley CO 80631 cal FSPERSON Julian Bateman JB1900138 Se 30 DESCRIPTION DATE October 16, 2019 Expires 15 -Nov -19 PAYMENT TERMS DUE DATE West Cooler Equipment NEW Larkin Condenser and Evaporators 208V Middle Cooler Equipment NEW Larkin Condenser and Evaporators 208V Lineset Flush, Armaflex, P Traps .00 ,R404A Refrigerant .00 `-Inside Lineset Extensions, Electrical Hookups and Condensate Drains 1,00 Labor Day I Regular Hours 8am - 4pm x 3 People 1.00 Crane Hire .00 Labor Night Time 1 Overtime Hours 7pm - 3am x 3 People 1.00 Labor Night Time 1 Overtime Hours 7pm - 9pm x 1 Person Checkup 1.00 UNIT PRICE LINE TOTAL Included Included Included Included Included I' Included Included Included Included Labor Warranty 1 Year 1.00 !Payment and Performance Bond 'Lead Time for Equipment 25days from Approval Custom Order Time On Site as Above Performed over 3 days Excludes ;Anything not specificialty listed above Included Included ',Permit fees and taxes exempt Quote is to perform the work as listed above. Price includes all materials, labor and taxes. To accept this quotation please email acceptance to ozairflow@gmail.com or call 970-324-6680 THANK YOU FOR YOUR BUSINESS! Subtotal Tax TOTAL Exempt $ 17,878.00 Farm W-9 (Rev, October 2018) Depeenent et the Treasury teemed %venue Somas fir Request for Taxpayer Identification Number and Certification ► Go to wrn►Jn.gor/FonnW9 i er instructions ermines West informeflon. Give Form to the requester. Do not send to the IRS. 1 Neale lee spawn on your incase tax return). Name is required on We line; do not leave Ihie (lira blank. OzTek Commerciale Services 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name Is entered on line 1, Check only one of the foaming seven boxes. ❑ individual/sole proprietor or ❑ C Corporation 0 S Corporation a. 11-C 0 Partnership ❑ Trust/estate d United rataity curperry. Enter the tax theste loader 1C=C caorporsheri, Sys corixj ton, Fsieertnerebsossi S 4 Exemptions (codes apply aely to certain entitles, not individuals; ilea Instructions on pope 3): Exempt payee code lei any) Note: ruck the appropriate box in the tine above for the tax classification of the eingin-member owner. Do not check Exemption from FATCA reporting LLC n U e U.c is classified as a stngte-member LLC that is deregarded from the owner unless the owner of the LLC is another LLC Mat IS not disregarded from the owner for U.S.. faders rex purposes. Otherwise, a Slagle -Member LLC that Cade (It airy) I$ diyrege :led from the owner should check the appropriate box for fire tax classekalion at its owner. Other (see instructions) ► 3 Address (number, street, and apt. or suite no.) See instructions, PO Box 698 e City, state, and ZIP code Windsor CO 80550 7 List account nun -areas) here (opl;oael Part I i4ppkesb accwnlc ,nainlafned guise. rM as) uesten's name and address (optional) Taxpayer Identification Number (TiN) Enter your TIN In the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for e resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entitles, it Is your employer identification number (EIN). If you do not have a number, see How to get a nN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see yl7iat Name and ?slumber'To Gt the pesterfor guidelines -on whose number to enter. Social security number 4 4 9 0 6 6 6 3 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) i have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (a) the IRS has notified me that I am no imtgsr subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form Of any) Indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return, For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and djx tt era {tot( required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign rns Section references are to the Internal Revenue Code unless otherwise noted. Future developments, For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An Individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number friN} which -may be your social security number (SSN), irid t'Iduai taxpayer identification number (Yi1ti , adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an Information return the amount paid to you, or other amount reportable on an Information return. Examples of Information returns include, but are not limited to, the following. • Form 1089-INT (interest earned or paid) Dile► ) / / 1 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1499-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest). 1098-1 (tuition) • Form 1099-C (canceled debt) • Farm 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later Cat. No. 10231X Form W-9 (Rev. 10-2018) Christie Peters From: Sent: To: Cc: Subject: Attachments: Julian Bateman <ozairflow@gmail.com> Thursday, October 17, 2019 9:29 AM bids; Toby Taylor Denise Anria; Cori Bateman; jonnyreiser@yahoo.com B1900138 Jail Cooler and Freezer Upgrade OZTEK B1900138 Weld County Jail.pdf Caution: This email originated from outside of Weld County Government Do not click links or open attachments unless you recognize the sender and know the content is safe. Weld County, Please find attached Oztek Commercial Bid for the upgrade to the Greeley Jail Walk in Equipment. Please note Lead time is 20 working day build time and 5 day freight from acceptance. 3 days onsite total. We look forward to a positive response. I hereby waive my right to a sealed bid. Thank you Julian Bateman OZTEK Commercial Services 970-324-6680 1 ACOREP CERTIFICATE OF LIABILITY INSURANCE `---- DATE (MMIDD/YYYY) 11/06/2019 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 pol'cy, 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 Goosehead Insurance Agency LLC 1500 Solana Blvd, Bldg 4, Ste 4500 Westlake, TX 76262 CONTACT Goosehead Insurance NAME: 'aC No, Eat): 800-474-1377 I �qlc, No): 866-877-6250 ADDARESS: Certificate@Goosehead.com INSURER(S) AFFORDING COVERAGE NAIC# INSURERA: Ohio Security Insurance Company INSURED Oztek Commercial Services LLC PO Box 698 Windsor CO 80550 INSURER a : The Ohio Casualty Insurance Company INSURER C : Travelers Casualty Insurance Company of America INSURER 0 : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POL CIES 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 TYPEOFINSURANCE AUULSUOI( INSD WVD POLICY NUMBER POLICY-EFF- (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A \ �, 7� ! �I COMMERCIAL GENERAL LIABILITY X BKS59757464 EACH OCCURRENCE $ 1,000,000 I CLAIMS -MADE I 1 OCCUR PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 15,000 PERSONAL&ADVINJURY $ 1,000,000 GEN'L _ AGGREGATE LIMIT APPLIES PER: I POLICY ►lrI PRO � MT -p p LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ C AUTOMOBILE XANY — LIABILITY AUTO AWNED AUTOS ONLY HIRED SCHEDULED BA-3N35007A (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPER IYUAMAGE (Per accident) $ _ $ B XUMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X USO59757464 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED Di RETENTION s $10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y I N NIA I PER STATUTE I OERH E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County is afforded additonal insured status per the General Liability and Umbrella Policies, where required by written contract CERTIFICATE HOLDER CANCELLATION WELD COUNTY 1150 O Street Greeley, CO 80631 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 PINNIACOL ASSURANCE 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com Oztek Commercial Services, LLC PO Box 698 Windsor, CO 80550 ENDORSEMENT: Waiver Of Subrogation NCCI #: WC000313 Policy ##: 4182197 R -T Specialty/Premier Group Insuran 5299 DIG Boulevard STE 510 Greenwood Village, CO 80111 (720) 457-1101 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE Weld County 1150 O Street Greeley, CO 80631 Effective Date: November 12, 2019 Pinnacol Assurance has issued this endorsement November 12, 2019 7501 E. Lowry Blvd Denver, CO 80230-7006 Page 1 of 3 P ozairflow@gmail.com- 11/12/2019 09:50:22 4182197 55010456 UW137 ACc1Rb® CERTIFICATE OF LIABILITY INSURANCE DA11/12/2019 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Pinnacol Assurance 7501 E. Lowry Blvd. Denver, CO 80230-7006 CONTACT NAME: PHONE FAX (A/C. No, Eat): (A/C, No): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Pinnacol Assurance 41190 INSURED Oztek Commercial Services, LLC 3201 E. Mulberry St. Unit L Fort Collins, CO 80534 INSURER B INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF ADDLSUBR MDWVD POLICY NUMBER POLICYEFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRO JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE I LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) , $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAR EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPR OFFICER/MEMBEREXCLUDED? PRIEOECUTIVE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/N N/A 4182197 04/01/2019 04/01/2020 X I STATUTE 10TH E.L. EACH ACCIDENT $1,000,000 EL. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $ 1'000'000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Unless otherwise stated in the policy provisions, coverage in Colorado only. Additional insured is required) CERTIFICATE HOLDER CANCELLATION 2038497 Weld County 1150 O Street Greeley, CO 80631 ozairfow@yahoo.com 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 R -T Specialty/Premier Group Insuran ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDs provided by Forms Boss. www.FormsBoss.com; (c) Impressive Publishing 800-208-1977 CERTIFICATE HOLDER COPY Weld County 1150 O Street Greeley, CO 80631 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) Ii O Entity ID* ERCIAL SERVICES @00039848 Contract Name* JAIL COOLER & FREEZER UPGRADE Contract Status CTB REVIEW Contract Description* UPGRADE THE JAIL COOLER & FREEZER Contract Description 2 Contract Type* CONTRACT Amount * $17,875.00 Renewable NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Deparunent Email CM- BuildingGrounds@weldgovon nl Department Head Email CM-BuildingGrounds- DeptHead@weldgovcorn County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEY° e@WELED G0V.00M ❑ New Entity? Cons 3229 Contract Lead SGEESAMAN Contract Lead Email sgeesanian@s©.weld .cc_us Requested BOCC Agenda Date* 11/13{.2019 Parent Contract ID Requires Board Approval YES Department Project # Due Date 11/09/2019 Will a work session with BOCC be required? NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a IASA enter MSA 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 pate's e Period Review Date'k 02/03/2020 Renewal Date Committed Delivery Date Expiration Date t 02/03/2020 Contact Contact Info Contact Name Purchasing chasing App over Approval Process Department Head TOBY TAYLOR DH Approved Date 11/1512019 Final Approval MCC Approved BOCC Signed Date nda Date i+4rtatoar SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 3 Contact Phone 2 Purchasing Approved Date Fnartce Approved Date 11118/2019 Tyler Ref # AG 112519 Legal Counsel BOB CHOATE Legal Counsel Approved Date 1112012019 Hello