Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20192053.tiff
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & COLORADO MECHANICAL SYSTEMS FLEET SERVICES WELDING SHOP VENTILATION THIS AGREEMENT is made and entered into thiso4f day of _� / , 201 , by and between the County of Weld, a body corporate and politic of the Statf C• orado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Colorado Mechanical Systems whose address is 7094 S. Revere Parkway Centennial, CO 80112, 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. B1900097". The RFP 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. c6:1/410 /9 020/9,0,2,06'3 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 0f 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. . 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 $109,800.00, 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 Hoard 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. 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. W aiver 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 on.e 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: Colorado Mechanical Systems Attn.: Brent Colvin/ Senior estimator Address: 7094 S. Revere Parkway Address: Centennial, CO 80112 F, -mail: bet)tV in0).001014adOllieduicoi Telephone: (720) 535-9789 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us 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 without 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 illegalalien 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 this4T day of , 201I. CONTRACTOR: Colorado Mechanical Systems By: Name: risiumit F. S(C,'#vw Title: PE•asa d,e,.'.. Date (p. 20 I WELD CO�J/ f� Y:, % a . '� ATTES � •l�f�p Weld • my Clerk to the :oard WELD COUNTY, 9OLORADO BOARD OF COUNTY COMMISSIONERS BY. Deputy arbara Kirkmeyer, Chair JUL242019 ao /9-c2'6L REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MAY 1, 2019 BID NUMBER: B1900097 DESCRIPTION: FLEET SERVICES WELDING SHOP VENTILATION MANDATORY PRE- = 1D CONFERENCE DATE: MAY 15, 2019 BID OPENING DATE: MAY 29, 2019 Exhibit A •arim 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: FLEET SERVICES WELDING SHOP VENTILATION A mandatory pre -bid conference will be held at 11:00 AM, on Wednesday, May 15, 2019, at the Fleet Services Welding Shop located at 1399 N 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids for the above stated merchandise, equipment, and/or services 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 10:00 AM on Wednesday, May 29, 2019 (Weld C •aunty Purchasing Time Clock). PAGES 1 - 11 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 11 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 11. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. 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. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldqov.com/departments/purchasing located under "Bids/Proposals/Tabulations". And, on the Bidnet Direct website at 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: bids@weIdgov.com . 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 copfrs 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, Room #107, Greeley, CO 80631. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INST uc DONS TO BIDDERS: INTRODUC OM( N FO R ATU O I . Bids shah br typewritten or written in ink on firms prepared by the Weld County Purchasing Department. I _ ach 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 one members of the partnership is by en 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 is 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 the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms sh<,II be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/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. 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 for the premature opening of a bid not properly addressed and identified. 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. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the B ard of County Commissioners, is to the brst interests of Weld County. The bid(s) may be awarded to more than one vendor. Terms Defined: Terms used in thrse instructions to Bidders and elsewhere throughout the Contract Documents are defined in the General Provisions, CDOT, Standard Specification for Road and Bridge Construction, Section 101 Qualification of Bidders: Qualification statements, attached with this document, are required to be completed by Bidders. If requested by Weld County, a Statement of Qualifications will be completed for the Subcontractors listed by the Contractor within 72 hours of the request. Failure to submit qualifications may be cause for rejection of Bids. The Owner shall consider the following criteria in evaluating the Bidder's qualificati }ns following the opening of Bids: Experience and performance records on similar work. Ability to complete the Work within the Contract Time. Familiarization with the Work: Before submitting his Bid, each prospectiv= idder shall familiarize himself wit's the Work, the site where the Work is to be performed, loc:I labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract :Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved • t=t, rt .. �. .a .. .a .. BID NO #B1900097 Page 2 by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: 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. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name oy the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Lids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The C GerPurchasing or may at her sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION F CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid comparr-s 'favorably upon evaluation with other Bids. Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance ond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate .f llnsur nce shall nrye Weld county as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. SSs `�4 In submitting the bid, the bidder agrees that the signed bid submitted, al0 of the documents of the Request for Proposal contained herein (including, but not limited t., prduct specifications and scop of services), the successful bidder's response, and the formal acceptance of the the by Weld County, together constitutes a c.: ntract, with the cntract date being the deit of formaD acceptance of the bid by Weld County. The County may require a separate csr tract, which if required, has been made a part of this RFP. 5. PERFORMANCE, LA=BOR, MATT _ RD ENT OND The successful Bidder shall be required to execute the Performance Bond and Labor k Materials Payment BID NO #B1900097 Page 3 Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized tdo business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fer?s: The cost of all construction licenses, building and other permits, nd governmental inspectans requirec by public authorities for performing the Work, which are a plic .ble at the time Bids are opened and which are not speciied to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated inthe Work shall be included inthe Bid price. u d pce Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. S0TE C 1) N DIIT! O NS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed n ecessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL raj IDDER HURONG P RACTICES e Oil LEGAL ALIENS Successful bidder certifies, warrants, End agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work u nder this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor stall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to u ndertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) thqs 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 n• .W :1:N. 77sF:t%f.TiV7#ii',nSsr i2: `s+ `taiz�3ihr»P BID NO #B1900097 Page 4 the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §3-17.5-102(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 binder fails to comply with any requirement of this provision or of C.R.S. §3-17.5-101 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.Q.S. § 24-76.5- 103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the elective date of the contract. 9. GE L PROVISIONS A. Fund Avallabiloty: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not wart -edit that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and oth€tr Confidentonf • rmation: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileges information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body cif the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and emolyees for all acts performed pursuant to the contract. Neither the successful bidder nr any agent or employe- thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through BID NO #B1900097 Page 5 Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment cmpensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice calf 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. NoT3fird-Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Hiterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termin(-lion: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, ':his Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and `:'"...:'pill i r$: "�•S.`yy.• .G'; ."' �1" .>n3l. L�=+`.'�` � +.tc r p;.r �yc Y, !.! . v -. r. . • . •.r ..)c ..t ti. ..n .a.� ' rirr -- •a •. :._.. y.! „R "it�trOti� r� �rXi!•.r:Y:?Yu�'-.is4^G�"�e6�tl'}.fi'��"i.'.sRt'�_�'tC .ly' 'r- t •1•. a. ,:'D�f ?"� .� \r '...�1_�r•' BID NO #B1900097 Page 6 acknowledgment by tre County for Sid- additional services is not timely executed and issued an strict accord Inc with th's Agreement, 'he successful bidder's rights with .respect to such additional services shall be deemed waived aid such failure shall result in non-payment for such additional services or work percormed. N. Subcontract PS: The successful bidder ackn.wiedges that County has entered into this Agreement in reliance upon tile particular reputation a.nc expertise-; of the successfu bidder. The successful bidder shall no enter into any subcontractor agreements for the completion of this Project without Aunty's prior written c•;.nsent, which may be withneld in County's sole discretion. County shall have the right in its reasonable discretion to aoprove all personne assi ,ned to the subject Proect during tre performance of this Agreement and no person lel to whom Cou qty has an ob`ection, in its reasonable discretion, snal be assigned to the Project. The successful bidder shall require each suocontract •;r, as =approved by C.unty and to the extent of the Services to be performed by the subcontract t, to be bound to the successfi bidder by the terms of this Agreement, and to assume toward the successful bidder all tie obligations nd resoonsibilities which the successfu bidder, by this Agreement, assumes tavyard County. County shal have the right (but nit the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder sha cooperate in such process. the successful bidder shall be responsible for the acts and omissions of s agents, }� 'ployees and subcontractors. O. rarity, Contr; ctor warrants that constr'L ctiservices pert • rmed under this greer ent will be performed in a manner consistent with the professiona construction standards governing such services ard the provisi,.rs of this Agreement. Contractor further reorese its and warrants that all corstructin services snail be pe-rormed by qualified personnel it a professional and workmanlike manner, consistent with industry standards, nd th t all construction services will ci of • rri to applicable specifications. In sRdc itioi 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 rust correct :any failures or deficiencies caused by contractor's w• rkmanship or performance. This warranty sha I commence on the date , f County's final inspection and acceptance of she Project. Li 7. Non=Ass gn ento The successful bidder may not assign or transfer this Agreement •r any interest therein or claim thereunder, without the prior written approva of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the opyion of County, automatically terminate this Agreement {roc a rights of the successful bidder hereunder. Such consent may be g ranted or denied at the sole and absolute discretion of County. to deliv beyond Govern _nterrupt ons0 Neither party to this Agreem nt shtl be liar;le to t r r otherwise to perform ny obligation under this Agrees gent, w its reasonable control, including but rot invited to ;acts of God, Mal actions. he other 'or delays in de every or fai ur her such failure is due to any cans fires, strikes, war, fl ,• o•o, ealhquakes R. on=E.xc us ve Agreement his Agreement is nonexclusive and C contractors or persons to oerform services of the same or similar nature. unty ay e gage or se th • r S. Emp[*yee fnanchl [metes conffoct of Merest o Co o n 24= 2O1 et seq. g.nr• §24=56 =507 he signatories to his Agreement agree that to their kn.wledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service OE property which is the subject matter of iris Agreement. County has no interest and shall not acquire any interest direct or indirect, that wou d in any manner or degree intetfere with the performance of the successful bidder's services an the successful bidder shah no: -employ any person having such known interests. During the term of this Agreement, tie successful bidden sha I rot engage in any in any business or personal activities or practices or mainn any relationships which actually conflicts witn or in any way appear tt• conflict with the full performancof its obligations under this Agreement. Failure by the seccessful binder to ensure compliance with this provision may result, in County's sue discretion, in immediade termination of his Agreement. No emp oyee of the successful birder nor any member of the successful bidder's gamily shall serve on a County 3.ard, committee or hold a ey such position which either by ru e, practice of actin nominaes, recommends, supervises tie successful bidder's operations, or authorizes funding to tre successful bidder. BID N#B1900097 Page 7 T. SeverabIIIty. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforc c,ble by a court of competent jurisdiction, this Agreement shall be construed and enforced without such prvision, to the extent that this Agreement is then capable of execution within the original intent of the parties. a U. Comploance with Davis -Bacon Wage Rates. The successful bidder understands end agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon Wage Rates. V. Board of County CCommis&i •Jners of Weld County Approval. This Agreement shall not be valid until it has be n approved by the .ard of ounty Commissioners. W. Compensation Amount. Lpon the successful bidder's successful completion of the construction of the Proect, 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 Director of Weld County Public Works, 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 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 0. INSURANCE REQUIREMENTS GenerI Requirements: Successful bidders/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. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during thy- 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 p.licies 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 Successful bidder/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self - insured retention to guarantee payment of claims. The insurance coverages specifieo in this Agreement are the minimum requirements, and these requirements do riot decrease or limit the liabi ity of Successful bidder/Contract Professional. The County in n. way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liailities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or oth r 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/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its bligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Welc County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder sla I be responsible for the professioial quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bider and shall, without additional compensation, promptly remedy and correct any errors; omissions, or other deficiencies. ?i3llf ' $theac: Page 8 BID NO #B1900097 ilND AITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and �.,gainst injury, less damage, li bility, suits, actions, or claims of any type or character arising out of the work dare in fulfillment o: the terms oc this Contract or on account of any act, claim or annouit arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, I or court decree. The successful bidder shall be fully responsible nd liable for any and all injuries or damage receive" or sustained by any person, persons, .r property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence if neglect of The successful bidder in its construction methods or prcedures; or in its provisions of the materia s required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other raw, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or ai�iliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the success'ul bidden ¶or tie County. A filure to comp y with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: orkers' Corn pensati n In.suranc,`; as required by state statute, and Employer's Liability Insurance c ring all of the successful bidder's 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 successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Minimum Lerots Coverage A (Workers' Compensation) Coverage B (Employers Liability) $ $ Statutory 500,000 500,000 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, incepencent Contractors, products and completed operations, blanket contractual liability, personal inju-y, liability assumed under an insured c:•-ntract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 r equivalent additional insured owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured— wners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volt nteers named as an additional insured with respect to liability and defense of suits arising out of th activities performed by, or on behalf of the Successful bidder, including completeperations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products anc computed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $500,000 errors �-nd omissions. $5,000 Medical payments one person Autombole Liability: Successful bidder/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 BID NO #B1900097 Page 9 all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retro,ctive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. S uccessful bidders/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 da "age, 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. S rovf of Insurance: minty reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof f 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/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrq.ition: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. S ubcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services require° ay this Agreement shall be subject to all of the requirements herein and shall pr cur &Ind maintain the same coverages required of Successful bidder/Contract Professional. S uccessful bidder/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. Successful bidder/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. A provider of Professional Services (as defined on the mod or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit 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 professinal services provided by the successful bidder as part of the Contract. S uccessful Bidders Pollution l laboloty: Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the e ivironment c•,r I sses caused by pollution conditions (including asbestos) that may arise from the o perations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release o' smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, n atural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the successful bidder warrants that any retro ctive date applicable t. c,•-verage ider the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work u nder this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, ageits, ard volunteers named as an additional insu Aed with respect to liability and d .ft nse of suits arising out of the activities onr ormed by, or in behalf of the Successful bidder, including completed operations". iL,aS .. <:..rvu�L•Vt.1.5e�i.i++.i iii )`'2YJ.'7.a, _ll-',-.:••: .••.•..�.. • -i • W _• ti,t±Fj-s BID'` O }•f B1900097 Page 10 Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID NO #B1900097 Page 11 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Fleet Services Welding Shop HVAC Upgrades This project consists of HVAC renovations to the Fleet Services Welding Shop. The building is located at 1399 N 17th Avenue, Greeley, CO 80631. Scope of work: This project will consist of general contractor performing renovations to the HVAC systems in the welding shop. In addition to plans and specifications attached that detail the scope, work shall include: 1. Provide and install new Make -Up Air Units (MAU) and exhaust fans as shown on plans. 2. Provide all new ducting and flexible fume extractor hose inside building as shown. 3. Balance new system to designed air flows shown. 4. Provide controls system as noted on plans. 5. Contractor to verify existing meter is capable of handling new gas load and coordinate with Atmos if meter needs to be upgraded. 6. Install electrical connections from existing panels to new roof top equipment. 7. Provide gas piping to new MAU's. Paint new gas piping to match existing. 8. Cut new penetrations in roof and install structural supports per structural drawings and calculations 9. Patch roof whero new penetrations have been made. Current roof is under warranty. Front Range Roofing was the contractor that installed it. All work to the roof shall be per manufacturers direction so that the warranty is not voided. 10. We anticipate awarding this project by June 10, 2019. Based on this date, provide a start and completion date including submittals, equipment lead times and installation times. 11. Project will be permitted through the Weld County Planning and Building inspections Department. Fees for building permits will be waived. 12. Davis -Bacon nd Buy American requirements are NOT required. 13. Bids over $50,000 will require a payment (100%) and performance (100%) bond. man atory pre -bid conference wifi be heU , on Wednesda ay1 ,2019at111:01AM5at the Rest e'en;aces We0d. ng Sh •1p located at 1399 N 17th Ave., Greeley, CO Boils wok! be recell ed to bu ti n t ll ter than Wed COUNTY PURCHASING TIME CLOCK). ST esda 0631. May 29 2019 at 10:00 M T•TAL $ RT DATE CIMPLETION FATE BID NO #B1900097 rr-•*- •r rv-rr— ._...a. }a .,� .:2'T't f . 07;4 Cl/ 0.23:{ .:v. FS �'. �i °-�' . nv r , t>. >Y�9 >t g .. n C:h :. ., - h�t'if-7 J ! i. - i �;.1;...C.-ssSE. c L:s1u•�� :� .,_..c_.��4.:,.aa�4 �•.�".i>�,a.:wa�ts�l�s3')i:'��;i".3: �S��,i }.:.,.a`uF..^���'4_r�;_l 1uk;!_ll:.y.li...i_.:.Y..:_t:..� Page 12 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B1900097. 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 Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE DATE FAX TAX ID # E-MAIL **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 #9803551-0000. DO NOT NEED TO SEND BACK PAGES 1 - 11. 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 '.'.'. --'S Tn�''xsy`ny�,9•/}`_:'sm'•t?`.li'1rnntr. ti: r�> '•r =. '-'h �L. eT= vt4.. Ltil[r�3t :1;4P7 �: �:. k-g&r. v BID NO #B1900097 Page 13 A CORO CERTIFICATE F LIABILITY INSU NCE DATE (MM/DD/YYYY) 06/06/2019 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 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 Moody Insurance Agency, Inc. 8055 East Tufts Avenue Suite 1000 Denver CO 80237 CONTACT Brandie Zuckerman, CIC NAME: PHONE (303)824-6600 (A/C, No, Ext): E-MAIL brandie.zuckerman@moodyins.com ADDRESS: FAX, No): (303) 370-0118 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Zurich American Insurance Co 16535 INSURED Colorado Mechanical Systems, Inc. 7094 South Revere Pkwy Suite 100 Centennial CO 80112 INSURER B : Tray Property Casualty Ins Co 36161 INSURER C : The Hanover Insurance Company 22292 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 19-20 Master REVISION NUMBER: INDICATED. THIS CERTIFICATE EXCLUSIONS IS TO CERTIFY NOTWITHSTANDING MAY AND THAT BE CONDITIONS THE ISSUED POLICIES ANY OR OF REQUIREMENT, MAY SUCH OF PERTAIN, POLICIES. INSURANCE THE INSURANCE LIMITS LISTED TERM OR SHOWN BELOW CONDITION AFFORDED MAY HAVE HAVE BEEN OF ANY BY BEEN THE ISSUED CONTRACT TO THE OR POLICIES DESCRIBED REDUCED BY INSURED OTHER PAID CLAIMS. DOCUMENT HEREIN NAMED IS ABOVE IMTH SUBJECT FOR THE RESPECT TO ALL POLICY TO THE WHICH PERIOD THIS TERMS, INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A COMMERCIAL GENERAL LIABILITY Y Y GLO021530201 03/01/2019 03/01/2020 EACH OCCURRENCE $ 1 ,000,000 DAMAGE TO RENTED 300,000 PREMISES (Ea occurrence, $ CLAIMS -MADE OCCUR MED EXP (Any one person) $ 10)000 PERSONAL&ADV INJURY $ 1,000,000 GENERALAGGREGATE $ 2,000'000 GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ 2,000,000 POLICY JECT PRO LOC $ OTHER: A AUTOMOBILE LIABILITY Y Y BAP021530301 03/01/2019 03/01/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,0001000 BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ _ OWNED AUTOS ONLY SCHEDULED AUTOS PROPERTY DAMAGE (Per accident) $ HIRED AUTOS ONLY NON -OWNED AUTOS ONLY Comp/Coll Ded $500 $ B UMBRELLA LIAB X OCCUR Y Y ZUP91 N0396018NF 10/01/2018 03/01/2020 EACH OCCURRENCE $ 6,000,000 AGGREGATE $ 6,000,000 X EXCESS LIAB CLAIMS -MADE $ DED X RETENTION $ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N N / A Y d/VC021530101 03/01/2019 03/01/2020 NA, PER STATUTE TH- ER E.L. EACH ACCIDENT $ 1'000'000 A ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N E.L. DISEASE - EA EMPLOYEE 1 000 000 $ ,, (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 000000 $ , , C Contractors Equipment Y Y RH4D70356900 10/01/2018 03/01/2020 Installation Floater Leased/Rented Scheduled 500,000 100,000 155,953 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: Health Building Lab HVAC Upgrades County of Weld is an Additional Insured for all Liability Insurance coverages provided by the Insured as per the written agreement. A Waiver of Subrogation is provided in favor of the County of Weld for all Liability Insurance coverages provided by the Insured as per the written agreement. CERTIFICATE HOLDER CANCELLATION County of Weld 1150 0 Street Greeley 1_ 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 (2016403) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 00017981 LOC #: ,ACS ADDITIONAL REMARKS SCHEDULE Page of AGENCY Moody Insurance Agency, Inc. NAMED INSURED Colorado Mechanical Systems, Inc. POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 30 FORM TITLE: Certificate of Liability Insurance: Notes CONTRACTUAL LIABILITYAPPLIES PER POLICY TERMS AND CONDITIONS General Liability: UGL 1175 F CW 0413 Form Attached Includes: Blanket Additional Insured status applies only to the extent provided in form UGL 1175 F CW 0413 when required by written contract. Primary and Non -Contributory status only to the extent provided in form UGL 1175 F CW 0413 when required by written contract. UGL 925BCW 1201 Form Attached Includes: Blanket Waiver of Subrogation applies only to the extent provided in form UGL 925BCW 1201 when required by written contract. UGL 2161 ACW 1117 Form Attached Includes: Designated Project General Aggregate applies only to the extent provided in form UGL 2161 ACW 1117 when required by written contract. Subsidence is not excluded. Residental is not excluded. Auto Liability: UCA 424 ECW 0411 Form Attached Includes: Blanket Additional Insured status applies only to the extent provided in form UCA 424 ECW 0411 when required by written contract. Blanket Waiver of Subrogation applies only to the extent provided in form UCA 424 ECW 0411 when required by written contract. Primary and Non -Contributory status only to the extent provided in form UCA 424 ECW 0411 when required by written contract. Worker's Compensation: WC 00 0313 From Attached Includes Blanket Waiver of Subrogation. Status applies when required by written contract. Excess Liability: Excess Liability policy is on a follow form basis for the following underlying insurance coverages: General Liability, Automobile Liability, and Employers Liability. Additional insured status will follow when required by written contract including Primary and Non -Contributory status when required by written contract. Carrier NAIC Policy Number Coverage Effective Date Limit Deductible Indian Harbor 524210 PEC004816101 Pollution 10/1/18-3/1/20 2,000,000 10,000 Claims Made Indian Harbor 524210 PEC004816101 Professional 10/1/18-3/1/20 2,000,000 10,000 Claims Made IMPORTANT: The policy forms referenced will be sent via email only. To obtain copies, please send your request with the email address to certrequest@moodyins.com ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD au s?' er Of Subrogation to ket)Endorstment Policy No. Exp. Date of Pol. J Eff. Date of End. Producer Add'l. Prem Return Prem. Eff. Date of Pol. GLO021530201 03/01/2019 03/01/2020 I 03/01/2019 29362000 i n cI $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U -GL -925-B CW (12/01) Page 1 of 1 Additional Insured — Automatic — Owners, Lessees Or Contractors ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. GLO021530201 03/01/2019 03/01/2020 i 03/01/2019 29362000 Inc/ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Colorado Mechanical Systems Address (including ZIP Code): 7094 S. Revere Pkwy, Ste 100, Centennial, CO 80112 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A Section II — Who Is r 'cn Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U -GL -1175-F CW (04/13) Page 1 of 2 C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U -GL -1175-F CW (04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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 All persons and / or organizations that are required by written contract or agreement with the insured, executed prior to the Accident or Loss, that Waiver of Subrogation be provided under this policy for work performed by you for that person and / or organization. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. WC 0215301-00 Endorsement No. Insured Colorado Mechanical Systems Premium $ incl Insurance Company Zurich American Insurance Company Countersigned by WC124 (4-84) WC 00 03 13 Copyright 1983 National Council on Compensation Insurance, Inc. Page 1 of 1 Uniform FormsTM Designated Project General Aggregate Limit (Erodes All Designated Projects Tital General Aggregate Limit) ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO021530201 Effective Date: 03/01/2020 This endorsement modifies insurance provided under the: Cmmercial General Liability Coverage Part SCHEDULE "Designated Projects": A General Aggregate Limit applies to each construction project where the Named Insured is performing operations; however, a General Aggregate Limit does not apply to any construction project where the Named Insured is performing operations that are insured under a wrap-up or any other combined, consolidated or similar insurance program All Designated Projects Total General Aggregate Limit: $' (*If no amount is shown for the All Designated Projects Total General Aggregate Limit, $4,000,000 applies.) A. Solely with respect to all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to operations at a single "designated project": 1. A separate Designated Project General Aggregate Limit applies to each "designated project", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. The following is added to Section III — Limits Of Insurance: The All Designated Projects Total General Aggregate Limit shown in the Schedule of this endorsement is the most we will pay for the sum of all: a. Damages under Coverage A; and b. Medical expenses under Coverage C, which: (1) Can be attributed only to operations at any of the single "designated projects"; and U -GL -2161-A CW (11/17) Page 1of3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (2) Applies towards any Designated Project General Aggregate Limit as indicated in Paragraph A.1. of this endorsement. Such payments shall not reduce the General Aggregate Limit shown in the Declarations. 4. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Project General Aggregate Limit for that "designated project". Such payments shall also reduce the All Designated Projects Total General Aggregate Limit shown in the Schedule of this endorsement. However, such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Project General Aggregate Limit for any other "designated project". 5. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the: a. Applicable Designated Project General Aggregate Limit; and b. All Designated Projects Total General Aggregate Limit shown in the Schedule of this endorsement. 6. Paragraph 5. of Section III — Limits Of Insurance is replaced by the following: 5. Subject to: a. The applicable Designated Project General Aggregate Limit as indicated in Paragraph A.1. of this endorsement; and b. The All Designated Projects Total General Aggregate Limit shown in the Schedule of this endorsement, the Each Occurrence Limit is the most we will pay for the sum of: (1) Damages under Coverage A; and (2) Medical expenses under Coverage C, because of all "bodily injury" and "property damage" arising out of any one "occurrence". B. Solely with respect to all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attributed only to operations at a single "designated project": 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce: a. Any Designated Project General Aggregate Limit; or b. The All Designated Projects Total General Aggregate Limit shown in the Schedule of this endorsement. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the: 1. General Aggregate Limit; 2. Designated Project General Aggregate Limit; or 3. All Designated Projects Total General Aggregate Limit shown in the Schedule of this endorsement. D. Solely with respect to this endorsement, the following definition is added to the Definitions Section: "Designated project" means: Each Project described in the Schedule of this endorsement, including operations on and off the project site or location that are necessary or incidental to such Project as described in contract documents. "Designated project" includes the work site(s) associated with such Project and any offsite staging areas, as long as such offsite staging areas are dedicated solely to such Project. Also included are those areas immediately adjacent to such Project, including boundaries of local streets or public easements. U -GL -2161-A CW (11/17) Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. E. Solely with respect to this endorsement, Paragraph 1. of Section III — Limits Of Insurance is replaced by the following: 1. The Limits of Insurance shown in the Declarations, the All Designated Projects Total General Aggregate Limit shown in the Schedule of this endorsement and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". F. The provisions of Section III — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. All other terms, conditions, provisions and exclusions of this policy remain the same. U -GL -2161-A CW (11/17) Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Coverage Extension Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. BAP021530301 ' _03/0.1.2019 _ _03/01_/2020 03/01/2019 29362000 incl THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Ame ded Who Is n Insured 1. The following is added to the Who Is An Insured Provision in Section II — Liability Cverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs a. and b. above. d. Any person(s) or organization(s) where required by written contract or written agreement executed prior to any "accident" provided the "accident' arises out of operations contemplated by such contract or agreement. 2. The following is added to the Other Insurance Provision in the Conditins Section: Coverage for any person(s) or organization(s) where required by written contract or written agreement executed prior to any "accident" will apply on a primary basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the coverage form. B. Amendment ® Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II - Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Fellow Employee Cverag The Fellow Employee Exclusion contained in Section II — Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II — Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. includes copyrighted material of Insurance Services Office, Inc., with its permission. U -CA -424-E CW (04-11) Page 1 of 5 2. The following is added to Paragraph 2. in the E clusi ins of Section Ill — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap C average The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Cverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damag Coverage Section of the coverage form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor The following is added to Paragraph A.2. of the Physical Damage Coverage Section: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible will be $100 or the deductible shown in the Declarations, whichever is less. If glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage Increased L •ass of Use Expenses The Loss Of Use Expenses Provision of the Physic& Damage Coverage Section is replaced by the following: Lss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Perso I Effects C «=-v- rage The following is added to the Coverage Provision of the Physical Damage Covri--rage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and f`. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U -CA -424-E CW (04-11) Page 2 of 5 (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and iscs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Cov rage in the Business Auto Coverage Form and the Exclusion in Paragraph .2.c. of Section IV o Physical r sa..age Coverage in the Motor Carrier Coverage Form do not apply. 2. The following is added to Paragraph 1.a. Comprehensive C =verage under the Coverage Provision of the Physical Damae Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage C• verage Deductible Provision does not apply to such "loss". K. Airbag Coverage The Exclusion in Paragraph .3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4ea. of Section IV — Physical Damege Coverage in the Motor Carrier Coverage Form do not apply to the accidental discharge of an airbag. L. Tw • or RA re Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or coverage form and by another policy or coverage form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or coverage form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or coverage form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage - Comprehensive Coverage - Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000. O.1 U -CA -424-E CW (04-11) Page 3 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. N. Temporary Substitute Auts — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this coverage form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim Suit Or Loss Paragraph of the Duties In The Event f Accident, Claim, Suit or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights of Recovery Against Others To Us The following is added to the Transfer Of ="sights of Recovery jkgainst Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos ® Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph 1. of the other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: U -CA -424-E CW (04-11) Page 4 of 5 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee"' or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure ti Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this coverage form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this coverage form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto — World Wide Coverage Paragraph (5)(a) of the Policy Period, Coverage Territory Condition is replaced by the following: (a) A covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less; and T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. All other terms and conditions of this policy remain unchanged. U -CA -424-E OW (04-11) Page 5 of 5 includes copyrighted material of Insurance Services Office, Inc., with its permission. 3 ra >4/ s SPE)P9DUM #1 BI B4r., .WET B1900097 FLEET SER I 1 ES EL " ° SHOP VENTILATION Buildings ; Grounds Department FACHED Addendum received by: May 2 x,2019 Biz Pr VE BEEN REPLACED W 1 H THc. THR . 3H EVERY H NG E E RtMAINS THE e need it d cqpy pn Colorado M.,:_ chani c .1 Systems ARM 7094 S. R Loystiod.trAYM.00,1 vere Pk DD ESS Cent=nni 1p CO 80112 frintliSaany NAY V bcolvin@coloradomechcorn EMAIL ..n.. ,...aw,t.wa,SOMM pap.IFICATIONS A:, D1!. RwcppE. o o `�`y ANQ PROPOSED PR CING M1J � . Y W�fi>r1AMMW.�.rPk+�.WNhW { r.. I'MhMrM�"""S� ... r..ev0.tyr.W.KSNIIMMNn.:.x.YlavMarc.%M'F.� � v •r r► •,a •awn et..a:., Fleet S ravices Odin This project consists of HVAC renovations to the Fleet Services Welding Shop. The building is located at 1399 N 17th Avenue, Greeley, Cif 80631. This project will consist of general contractor performing renovations to the HVAC systems in the welding shop. In addition to plans and specifications attached that detail the scope, work shall include: 1. Provide and install new Make- p Air Units (MAU) and exhaust fans as shown on plans. 2. rovide ail new ducting and flexible fume extractor hose inside building as shown. 3. Balance new system to designed air flows shown. 4. Provide controls system as noted on plans, 5. Contractor to verify existing meter is capable of handling new gas load and coordinate with tmos if meter needs to be upgraded. 6. Install electrical connections from existing panels to new roof top equipment 7 Provide gas piping to new MAU s. Paint new gas piping to match existing: . Cut new penetrations in roof and install structur I supports per structural drawings and caIcuNations. 9.. i+atch roof where new penetrations have been made. Current roof is under warranty. Front Range 'goofing was the contractor that installed it. Ali work to the roof shall be per manufacturers direction so that the warranty is not void e=d a 10, We anticipate awardint this prject by June 10, 2019. Based on this date, provide a start and completion date including submittals, equipment lead times and installation times. 11, Project will be permitted through the Weld County Planning and Building Inspections Department. Fees for building permits will be waived. 12. Davis -;Bacon and Buy American requirements are NIT required. 13. maids over $5Q9000 will require a payment (100x) and per crm< nce (100%) bond. # m a n datet .,,� dconference will ..�. 4 W dwt M i ?0:19a i l :0O . M' at .... .. ..�.:...._Ww f: �.. N.W.�N.Yn:i+w�uw�.:W.Nd/n'�.wd.WaAwmm�sm.n _ •. _ ... _ _ _.. YwIMWnw•.•W:.IM1IgNNvnNnwmtM'nq the Fleet Services Welding Shop located at 1399 ;'t',. 17th ye., reel 1� 4: C. t x ' 31 Bids win by x .�;c ved u t, but n Late �� d e d M k 2019 3.,10:0Q AMMEL M��p. pL. • pf�'� �- . •` •• n ".!Mw ..OwesaR ! nm/M.wwfArine9awwr�F+:en+wn:wr bp `�1�q�y� COUNTY 3L•� C_ ,! r C'_ is '' S�j�j ;It,� 1T E c L `C�" c C:: HAS" K ,r1 � tl � s4 � I�:'�J j. �1 C.. t�:v6 1 'Y 4 � t Oe �' a c� B1900097 T r T L TA T DATE r 10 9,800.00 RNm4+I1E.7:“6 nWrpaf: 6 weeks from N.T.P. L ETI D, a E 4 Weeks from Start of Project 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. #B1900097. 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 Colorado Mechanical Systems BUSINESS ADDRESS 7094 S. Revere Pkwy CITY, STATE, ZIP CODE Centennial, CO 80112 TELEPHONE NO 720-535-9789 PRINTED NAME ND I SIGNATURE E-MAIL FAX 720-221-0821 E Brent Colvin/Senior Estimator TAX ID # 80-0846933 bcolvin@coloradomech.com DATE 5-29-19 **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 81900097 10 4 Request for Taxp ,GiveForm to the Form ar (Rev. November 2017) s n ation Number Fa e h c t requester. Do not Department of the TrO irY send to � �RSo Internal Revenue Ser rf Go to www,irs.gov/FormW9 for instructions and the latest information. tom 1 Name Os on your it1C01118 tax return); Name is required on this line; do not leave this line blank, COLORADO MECHANICAL SYSTEMS INC m...,.u.<v.;w...wu+r,..a . um.ew y.xruu .. .. ..I.w ,.. . neaaawavm . . • .. • ... -,au_ 2 Business name/disregarded entity name, if different from above SAME AS ABOVE 3 Chck appropriate box for federal lax classification of the person whose name is entered on line 1. Check only one of the f tQf ng seven boxes. Li Individual/sole proprietor or single -member LLC LI C Corporation �I S Corporation Partnership Trust/estate Limited liability company, Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) Note: Check the appropriate box in the line above for the tax ctas ification of t Ms gte-member owner. Do not check LC if the LLC is chained as a single-ber LLB' that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that: is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other o k%Strt f; cis)* 5 Address in tuber. street, and apt. or suite no.) So.e instructions. 7094 SOUTH REVERE PKWY 6 City, state, *r4 ZIP cod CENTENNIAL CO 0011 nt ber(u) there. (options 7 List account 4 Exemptions (codes apply only to certain entities, not individuals; see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) /Applies to LIcccunls maintained outside the US) Taxpayer Identification Number (rim _ Enter your TIN in the appropriate. box. The TIN provided must match the name given on line I to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN), If you do not have a number, see How to get a IN, later. Note; if the account is in more than one name, see the instructions for line 1. Also sea What Name and Number To Give the Requester for guidelines on whose number to enter. '•". I'4444 .I(4,404I. ••,,.• ....••. 4...IMI•f,'.. .tos.4,.M,mn,frin...M1A 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 far a number to be issued to me); and 2. I am not subject lo backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the internal Revenue Service (iRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that i am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that i am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have 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 dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part il, later. or Slayer idea if E.•. #1'iion number Sign Here Signature of UU.se person 1� Ge r� er I mein r, ctions r Date 201, Ito, 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. R _.,i r ose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITiN), adoption taxpayer identification number (ATIN), or employer identification number (ON), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. Form 1099-1NT (interest earned or paid) •• •VrM.RP.wAt�YiroJv. ,• .r.:von.e.rwrmv,4.",nMe f. "at/ II {WA, 'M ' nn Wn'nY' ...m.. rt.*htiw4..W".... 14.:b.,...W.,....4s...,..4...:.. ...,...,H .. _ . e Form 1099-DIV (dividends, including those from stocks or mutual funds) e Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) O Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) e Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) ® Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) O Form 1099-C (canceled debt) • Form 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. 11-2017) NERAL NO1t5 1. All ITEMS SHOWN AS EXISTING TO REMAIN SHALL BE FUNCTIONAL AT THE END OF CONSTRUCTION. 2. THE ELECTRICAL CON'RACTOR SHALL VERIFY THE EXISTING CONDITIONS PRIOR TO ANY DISCONNECTION OR DENOIRION. THE ELECTRICAL CONTRACTOR SHALL NOTIFY THE PROJECT MANAGER OR ENGINEER IMMEDIATELY IF CONDITIONS EXIST THAT PREVENT DIE SCOPE OF WORK FROM BEING PERFORMED. 3 ANY ExISTING ELECTTCAL ITEMS SHOWN OR NOT SHOWN ON THE PLANS AFFECTED BY THE WORK, SHALL BE LEFT IN WORKING CONDITION UPON COMPLETION OF REMODEL WORK. 4 ALL WORK SHALL BE DONE IN A FASHION TO CAUSE AS LITTLE INCONVENIENCE AS POSSIBLE TO THE OWNER. 5. ALL NEW WORK IN Av1SHED SPACES SHALL BE CONCEALED. 1141155 OTHERWISE NOTED. 6. ALL JOINTS AND SPLICES IN BRANCH CIRCUIT WIRING WITIT APPROVED COMPRESSON OR TWIST CONNECTORS. 7 ALL NEW FEEDERS SHAD. BE iv ENT WITH COMPRESSION OR SET SCREW FITTINGS. BRANCH CIRCUrtS OF (I OAWG OR SMALLER MAY Be METAL CLAD CABLE & ELECTRICAL CONTRACTOR SHALL COORDINATE WITH LAB EQUIPMENT AND HVAC EQUIPMENT CUT SHEETS PRIOR TO RCUCH—IN. 9. THE ELECTRICAL DRAWINGS ARE DIAGRAMMATIC. THE ELECTIECAL CONTRACTOR SHALL COORDINATE AND INSTALL AU. EOLPMENT AND DEVICES won EXISTING AND NEW CONSTRUCTION. 10. EMT CONDUIT FIRINGS: DRY LOCATIONS ALL ENT COUPLERS AND CONNECTORS SHALL BE STEEL SET SCREW TYPE OR CO3PRESSION. ELC11i C 5PCIF CAiON5 1 PROVIDE AU. EQUIPMENT AND SERVICES NECESSARY FOR COMPLETE SYSTEM. 2. PROVIDE A TYPED PANEL SCHEDULE FOR EACH PANEL INSERTED IN A PLASTIC SLEEVE. J. EQUIPMENT AND MATERIALS SHALL BE UL—USTEO FOR THEIR INTENDED USE. 4. FIRE —CAULK ALL PIPING PAS9NG THROUGH ARE —RATED ASSEMBLIES. 5. PROVIDE COMPLETE SYSTEMS CF CONDUCTORS AND RACEWAYS USING CONDUIT AND/OR CABLE ASSEMBLIES APPROPRIATE TO THE FUNCTION ANO LOCATION AND APPROVED PER NEC REQUIREMENTS. CONDUCTORS MUST BE OERATED PER CODE. 6. PROVIDE A COMPLETE GROUNDING SYSTEM PER NEC, SECTION 250. 7. RACEWAYS MAY BE THE FOLLOWING (SUBJECT TO NEC REQUIREMENTS): 8 ELECTRICAL METAUJC TUBING. GALVANIZED. METAL CLAD CABLE MAY GE USED FOR BRANCH CIRCUITS. 9. PROVIDE GALVANIZED STEEL JUNCTION AND OURET BOXES. EXCEPT AS INDICATED OTHERWISE. PROVIDE MEATIER —PROOF TYPE CAST BOXES WITH CASKET AND CAST COVERPLATE FOR WET LOCATIONS. THROUGH THE WALL BOXES ARE NOT PERMITTED. 10. POMER CONDUCTORS SHALL BE COPPER. (STRANDED FOR NO. B AfaG AND LARGER). WITH THE FOLLOWING INSULATION STANDARDS' TWIN, THWN, XNHw (90C). DC CONDUCTORS SMALL BE APPLIED USING THE 75C RATING T1 PROVIDE SPEOFICATI0N GRADE, DEICES THR0UCHOMT CO -OR SHALL MATCH EXSTNG, UNLESS NOTED OTHERWISE ON THE PLANS 12 BRANCH ORCUTS SHALL USE MINIMUM NO. 12 AUG WRING. CONTROL WIRING MINIMUM NO. 14 AWG FOR DISTANCES EXCEEDING 75' FROM DIE PANEL. PROVIDE ONE AWG LARGER. T3 ALL CONDUIT AND DEVICES SHALL BE SURFACE MOUNTED REFER TO PLAN AND PLAN NOTES 14 RUN ALL CONDUIT PARALLEL AND PERPENDICULAR TO BULGING LINES. 15 USE FLEXIBLE METALLIC CONDUIT FOR CONNECTIONS TO MOTORS. FIXTURES. OR OTHER EQUIPMENT WERE VIBRATION IS PRESENT. PROVIDE SENATE FMC IN YET AREAS. 16. PROVIDE GROUND WIRE IN NON—METAWC CONDUIT AND FLEXIBLE CONDUIT. GROUND isms 91ALL BE PICREASED IN SIZE WHERE ORCUIT WRING IS INCREASED FOR VOLTAGE DROP. ELECTRICAL LEGEND SYMBOL DESCRIPTION MAIN DISTRIBUTION BOARD PAAMELBCPRO JUNCTION BOx MOTOR (REFER TO MOTOR SCHEDULE) SAFETY DISCONNECT STITCH (REFER -0 MOTOR SCHEDULE) RECEPTACLE - DUPLEX RECEPTACLE - DUPLEX WITH ISOLATED GROUND RECEPTACLE - DUPLEX WTI CFO PROTECTION RECEPTACLE - ABOVE COUNTER RECEPTACLE - SPECIAL PURPOSE IIG ® 4 CI t C IG 3a G OH d GENERAL ELECTRICAL ABBREVIATIONS In - AftDVE mesa FLOOR ETAS - (TWANG AUTOMATION SYSTEM EM - EMERGENCY EMS - ENERGY MANAQMENT SYSTEM ENG — ELECIAC WRIER CODER Ex - DaSONC FA — FIRE FARM FACP - FRE ALARM CONTROL PANEL DC — GROA 3 DI — GROUND FAULT CARAT INTERRUPTER GFO - GROUND FAULT CIRCUIT NTERRUPTER J9 - J,NCTION 001 MAX — MAWMUM MN - MIMMIM MOCP — WAIOMUM OVOICUI ENT PROTECTION DEVICE WO - VARIA&E FREQUENCY DRIVE XFWR - RANSFORMER MP - MEATHERPROOF INDEX OF ELECTRICAL DRAWINGS Ea E Svv90LS NOTES AND SPEC', CA' COS POWER P,AN$ CAIRN DESIGN r r C, 1805 S1ee!y D'vc Fort Co'•:ns. CO 80526 YD'ce (970)-286-7968 ca',mdesgilcco!n PROJECT: WELD COUNTY MOTOR POOL WELDING SHOP SHEET TITLE: PCTkJi AYAS;7CA'19 5nCrIcATV9 6 ISSUE DATE: 20,40 FO?P.I'Wt REVISIONS: PROJECT NO.: 1860 SHEET NO. LO Al.-b.'R:h: tfta.l eft tflfP A'!t-t air Nnurat Ytl`t et-Tert Winn Gr Mite :LC b,:l,: Y P.H ;PrtM t'a'per ,'r '? tP'.ItC Nand AN!at 'YtS: as •Fl M s-fatlb'tIJ IQ:: C EMnNG CAS - .IOt1ITCR o 1 UN EI OP1 H2A f n28 ❑1 5CONn FLOOD POWIF-- PLAN a I 1 I, •:t}1LE: I I ,CH - r; FEET LIaSOA C GAS MONITOR rub aOSSTAC GAS Mp(rOR EXISTWC MAU CONTROL (] PANEL 2 n EXISTING PMc5 LIA 1419 I] H1A FI Rs -r FLOOR POWER PLAN L 5.YLE I NC -I - ° • FEE' a 4" MNl-1 •60V.30 7Snp FLA-11A MOCP-20A 30/F20 -3P -3R EE=L 160,E 3aP Ft/1-•.6A MOCP-15 30/F15 -JP -3R a C ..J. 0.5I# nA-1A MCP- ISA JO/F15-3P-3R vLIXI-2 .ICIO• 0.5Srp nk1A t MOCP-I3A 30/F13 -3P -3R NIB -13.15.17 n1B-11.10.16 ROOF POWER PLAN GENERAL ELECTRICAL NOTES: 1 AU. LIGHTING FIXTURES AND ELECTRICAL DENCES ME TO REMNN. uNLESS OTHERNSE NOTED. TAGGED ELECTRICAL NOTES: N] 1. EXISTING PANELS TO REMAIN. 2. EXISTING MAU CONTROL PANEL 10 REMAIN �. EXOSTINC GAS MONITORS TO REMAN GAS MONITORING SYSTEM SHALL REMAIN. 4. EXSIING MAU-1 TO OE REPLACED. DISCONNECT EXISTING MAU-I AND SECURE CONDUIT AN0 DISCONNECT FOR RECONNECTION TO NEW UNIT S. EXISTING EF-2 TO BE REPLACED. DISCONNECT EIGSDNG EF-2 AND SECURE CONDUIT AND DISCONNECT FOR RECONNECTION CF NEW FAN. 6. NEW EXHAUST FAN. PROVIDE AND CONNECT TO NEW •80V/ISA/3P BREAKER IN PNCL NIB 7 NEW MARE UP AR UNIT. PROMDE NC CONNECT TO NEW 480V/1 A/3° BREAKER N PANEL H18 •1 M SCALE I I a)I - HIS Lotatrn 51CP Mca s ' Supply Ram. MSS I. EXG T tiG BREAKt? TO REAWt LbtmSnp FLUSH TeMA • t 2. NEW BREAKER Ii 7 .aD FOR T)C PROJECT. Voter LJnc•Lna • -50 >.aso 3 3. Vo7ag6 taw -Groom 277 Wits . a A. ALC Ratap(A)- ItCCC Mon Rata; (A`.. T00 5. A'nn Typo . MO LC -8 R.Yate CA C tk ys LCrMDEECPPTION £ ' g1 :k 3 T; 0 %XT.?M'S PERPHILSE 8 8 € I X' LOrO DE .R.93YJN Nana. a B C J ; 20 I- 26 T s Ml 11.33 2 6 20 • ib. 26.1 1 1713 2373-1r3 t EFE 20 : 20 : a T :S-0 I M A -Fa 20 -- _ - - -2 -1 J I WO I u :..1 gME NIWMAIl.1 -•-• IS : 15 : Ti, . . to 1S .'7 2W 1263 to Tn 'ill 15 I j 1 3'•. i5 1leit'a.- 2._ ••.• — •-.'I 7M1 12ILS lc I 1M •_ tan at.*n kid as One = 152 1 I A,:y2 TCa L:ad 111111^0 varf 0 Re Wptidalao0$15.N1w 1D+ 1: a Race5MasbMl oat 17 VA 0 toOeHnteet li OM lT l•I'Wall 41.5.12 ENT'Am 0 cast a AN 0 RC C. 0.9 0 tow=lawn tow Lltmmrn Wrt lava en. CP•mard •.DTCLSN L:1W 125 0 W 100 5 VA 053 0 1,71 1.05 7WO VA TOG Oi10 VA 12X. 0 W K.:x a WA OA 5 VA 037 7 LA 037 0 VA 1104 VA 17 MIDI CAIRN DESIGN r 1805 S icely Drive Fort Cor'as, CO 80526 vette:(970)-286-7968 cairndesg rotten PROJECT: WELD COUNTY MOTOR POOL WELDING SHOP SHEET TITLE: (3Ar'_r1..ir L kz, PCTi5�r ISSUE DATE: FE?fAr REVISIONS: PROJECT NO.: 1860 SHEET NO. A. yndYMn1. N tnnn•Ihlltdown'. Ind tb lima neutrals re Ut pnelrl yaaaly al C.n Dnsn, LLL R.Pt1E.m a wig GI P.M btnnlu Mn MA h1II1t saltt..11rtal. 111.13.1 rnrtun anon' IN Dntny, n naibl.d W aalmrm/ at e1i W ..NO to y'y Man March 15, 2019 Brian Ehle PCD Engineering 323 3rd Avenue, #100 Longmont, CO 80501 Re: Weld County Weld Shop — 1399 N 17th Avenue, Greeley, Colorado hvaluation of Roof Framing for the Proposed Rooftop Mechanical Equipment JVA Job #19629 Dear Brian: JVA, Incorporated 1319 Spruce Street Boulder, CO 80302 303.444.1951 info@jvajva.com www.jvajva.corm As requested, JVA evaluated the adequacy of the existing roof framing of the referenced building to support the weight of the proposed rooftop mechanical equipment. The proposed rooftop mechanical equipment is as follows: Ec uiprnent Name MAU-1 (replacement) 1VIAU-2 (new) ° l roxim c Operating ejgit 834 lbs 539 lbs Approximate size 83"L x 33"'W x 3414 75"L x 25"W x 34"H I -;F-1 (replacement) I -;F-2 (new) 431 lbs 195 lbs 51"L x 51"Wx 64"H 35"L x 35"W x 42"H Based on our review of the existing building's structural drawings, the proposed rooftop mechanical equipment will be supported on 11/2" x 18 ga. steel roof deck on 44" deep LH-series steel open web joists spaced at roughly 4'-4" on center. The joists are spanning 78' and are supported on 12" CMU walls at each end. As indicated on the existing structural drawings, the roof joists were originally designed to support these loads: • 25 psf uniform dead load (self -weight + additional superimposed dead load) • 30 psf uniform snow load Based on our review of the information provided and the subsequent analysis, we have determined that the existing roof system has adequate capacity for support of the loads associated with the proposed air handling unit with the following conditions met: ® There are limitations as to where the rooftop mechanical equipment may be installed. See the attached Sketch A for these limitations. • New roof openings may be cut in the existing roof deck. These openings shall not be overcut. Under no circumstance shall the joists be cut or damaged while cutting the new roof openings. The cuts in the roof deck may not be closer than 4" to the centerline of the existing joist. BOULDER FORT COLLINS WINTER PARK GLENWOOD SPRINGS DENVER Weld County — Weld Shop 1399 N. 1t Ave, Greeley, CO 3/15/2019 2 oft • Angle frames shall be installed at new roof openings per attached Sketch B. • Angle frame shall be installed under all new exhaust fans similar to the angle frame shown in Sketch B. The angles shall be aligned with the exhaust fan curb. • Install channel (per Sketch C) under makeup air unit curbs where the curb runs perpendicular to the existing joist. The additional weight of the new equipment does not cause the joists to exceed the 5% overstress allowed for gravity loads by the International Existing Building Code. Please contact us if you have questions or need any additional information. Sincerely, JVA, Inc. By: David Mier, P.E. Senior Project Manager cca 3/6-7ict MIN 12'-0, MAX 30'-0 MAU-2 SUPPLY DUCT TO BE PLACED IN EAST BAY (E) CMU WALL, TYP MAU-1 AND EF-1 TO BE PLACED IN WEST BAY MIN 10'-0 FROM SUPPORTS -J d 3'-2" _ MAU-1 834 LB CENTER LINE z J nl X X X X X x X X MAU-2 539 LB X X X X X X X X X X X X X X X X X EF-2 195 LB X X X X X MIN 12'-0, MAX 30'-0 X X CENTER LINE (E) MAW 1000 LB U) J -A14f 4,-4„ _ X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X (E) EXHUAST FAN(S) X EF-1 X 431 LB X X X X X X X X A AAAAAAAA kXAAYcAAAAAAAAX WEST BAY EAST BAY Sketch A JVA, Inc. 03/15/2019 80' N CUT EXISTING ROOF DECK, CARE SHALL BE TAKEN NOTO CUT THE TOP FLANGE OF THE EXISTING JOISTS EXISTING DECK (BEYOND) SHALL BEAR A MINIMUM OF 2" ON NEW ANGLE FRAME BELOW L3x3x1/4 (A36) BETWEEN JOISTS. WELD TO UNDERSIDE OF JOIST TOP CHOIRD INSTALL SHIM PLATE UNDER EACH DECK FLUTE TO SUPPORT DECK ABOVE. TACK WELD SHIMS IN PLACE. CONTRACTOR OPTION TO PUSH ANGLE FRAME UP TIGHT AGAINST DECK AND COPE HORIZONTAL LEG AT JOIST TOP CHORD. THIS ELIMINATE THE NEED FOR SHIMS BELOW DECK FLUTES. (E) DECK SEE PLAN 3/16 V (E) JOIST, BEYOND L3x3x1/4 (A36) EACH SIDE OF OPENING TYPICAL MISCELLANEOUS ROOF OPENING TYPICAL ANGLE TO ANGLE & ANGLE TO JOIST (E70 WELD) Sketch B JVA, Inc. 03/15/2019 STEEL SHIMS @ 7-0 (NOT REQD IF TAPERED CURBS ARE PROVIDED, COORD WI RTU SUPPLIER) TYP AT EACH JOIST (E70 WELD) / 3/16 TYP AT EACH JOIST (E70 WELD) � 3/16 1 (E) JOIST MECH UNIT CURB, SEE MECH DWGS. FASTEN MECH UNIT CURB TO CHANNEL WI (5) HILTI #12-24 SELF DRILLING SCREWS (TYP EACH SIDE) MC6x12 (A36) EACH END OF RTU CURB. LOCATE CHANNEL UNDER CURB AND EXTEND 4" MIN. PAST CENTERLINE OF EXISTING JOIST. (E) METAL DECK /--1 I1 I-Th USE CAUTION WHEN WELDING NOT TO DAMAGE JOIST ANGLE REINF REQD WHEN GREATER THAN 6" L1 -112x1 -1/2x3/16 (A36) EACH SIDE TYPICAL ROOFTOP MECH UNIT SUPPORTS S etch C J%.rA, Inc. 3/15/201 Near Contract Request ation Entity Name Entity ID COLORADO MECHANICAL SYS I EMS @G0033060 INC Contract Name FLEET SERVICES WELDING SHOP VENTILATION Contract Status GTE REVIEW act Description* RENOVATIONS TO THE HVAC SYS !EMS IN THE WELDING SHOP. ❑ New Entity? Contract IL) 2794 Contract Lead SGEESAMAN Contract Lead Email sgeesarriari@co.wed.co.us Contract Description 2 Contract Type* CONTRACT Amount* S109,B048 Renewable* NO Automatic Renewal Grant €GA Department BUILDINGS AND GROUNDS Department Email C'M- BuiidingGrounds@weldgov.co rn Department Head Email CM-BuildingGrounds- DeptHead@riveidgov.com County Attorney GENERAL COUNTY A I I ORNEY EMAIL County Attorney Email CM- COUNTYATT[ RNEYOWELD GOV.COM previous Contract ID If this is part of a !ASA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date Renewal Date 11/30f2019 Requested BOCC Agenda Date 06262019 Parent Contract ID Requires Board Approval YES Department Project # Due Date G6/22/2019 Will a work session with BOCC be required* NO Does Contract require Purctiasing Dept. to be included? ice Committed Delivery Date Expiration Date* 11r30/2019 Contact Information Contact Info Contact Name Purchasing. Contact T Contact Email Cone i tact Phone 2 Purchasing = a.. . rawer Purchasing Approved Date Approval Process Department Head Finance i over TOBY TAYLOR DH Approved Date ©7109/2019 07/11/2019 BARB CONNOLLY Finance Approved Date Final Approval BOCC Approved aoCC Signed Date ROCC Agenda Date -?24/2019 Originator SGEESAMAN Tyler Ref # AG 072419 « , nsel BOB CHOATE Legal Counsel Approved Date 07/11/2019 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 June 13, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Fleet Services Welding Shop Ventilation; (Bid #B1900097) As advertised, this bid is to repair the Fleet Services Welding Shop ventilation system. The low bid is from Colorado Mechanical Systems and meet specifications. Therefore, Buildings & Grounds is recommending award to Colorado Mechanical Systems for $109,800.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director aorq-aa63 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(a�weldcgov.com E-mail: reverett(a weldgov.com E-mail: rturftc7i weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: MAY 29, 2019 REQUEST FOR: FLEET SERVICES WELDING SHOP VENTILATION DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B1900097 PRESENT DATE: JUNE 3, 2019 APPROVAL DATE: JUNE 17, 2019 VENDOR TOTAL START DATE END DATE COLORADO MECHANICAL $109,800.00 6 WEEKS FROM NTP 4 WEEKS SYSTEMS 7094 S. REVERE PKWY CENTENNIAL, CO 80112 WESTCO SYSTEMS INC. $150,965.00 AFTER NTP 08/30/19 7396 LOWELL BLVD. WESTMINSTER, CO 80030 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. 2019-2053 (-9/3 ,IBC oaa1
Hello