HomeMy WebLinkAbout20182564.tiffDEPARTMENT 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
April 4, 2019
To: Board of County Commissioners
From: Toby Taylor
Subject: Methane Monitoring System — Fleet Building Change Order; Bid (B1800132)
Clean Energy Fuels Corp. is performing the replacement of the Methane Monitoring System at the Fleet
building. During the course of this replacement is was discovered that when the fire panel was upgraded
by another vendor, three conduits were removed. In order for the new system to be connected
appropriately, these conduits needed to be re -installed. Therefore, Buildings & Grounds is recommending
a change order in the amount of $850.00 be awarded to Clean Energy Fuels Corp. for this additional scope
of work.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
6\ay4 Npo
-r) /5-t2)
cc• ,8G �TT�sG
eal)
Clean Energy
MacArthur Court, Suite 800
CHANGE ORDER
Newport Beach, California 92660 USA
Office: 949.437.1000 Fax: 949.724.1397
www.clea nenergyfuels.com
Change Order No:
1
Contractor:
Clean Energy Fuels
Client:
Weld County
Clean Energy Subcontract Description:
CNG Facility Modifications
Work Site Address:
1399 N 17th Ave, Greeley, CO 80631
Contract Date:
10/15/2018
Date of Change Order:
3/25/2019
Change Description:
Per conversation with client contact Toby Taylor and Weld County's FIRE vendor, the original fire panel
that was considered in design/engineering of this project was removed by Weld County's FIRE vendor
during the course of construction. It contained 3 modules available for CE use in order to provide
callout capability for the gas detection system. The new fire panel did not have this capability as the
external dialer was removed. Weld County recognized this issue on 3/20/19 and authorized its FIRE
vendor to make necessary changes in order to provide 3 modules for CE use. This required installation
of conduit and associated electrical to facilitate the installation of the 3 modules which was added as
new scope to CE's contract.
Reason for Change: Client request.
Contract Price Effect:
Contract Price: $228,716
Adjustments, Previous Changes: $0
Adjustment, this Change Order: $870
Revised Contract Price: $229,586
Contract Time Effect:
Original Final Completion date:4/5/19
Adjustment, Previous Changes (In Days): 0
Adjustment, this Change Order (In Days): 0
Revised Final Completion date: April 5, 2019
4675
Execution of this Change Order represents full and final costs of all direct, indirect, and delay costs, if applicable, for the scope of services identified
herein. Except as expressly set forth in this Change Order, all of the terms and conditions of the Subcontract Documents shall remain in full force
and effect. This Change Order may be executed in two or more counterparts, each of which shall constitute an original, but all of which when taken
together shall constitute but one and the same Change Order.
Change Order Form
Page 1
Clean Energy
(..444
MacArthur Court, Suite 800
CONTRACTOR:
CLEAN ENERGY
By: Faisal Abbas
4675
Newport Beach, California 92660 USA
Office: 949.437.1000 Fax: 949.724.1397
CHANGE ORDER www.cleanenergyfuels.com
K Title: Project Manager
Date: 3/25/2019
Original To:
Change Order Form
CLIENT:
WELD CO
B
LA -
Title: BOCC Chair
Date:
MFR 0 S 2019
Page 2
o2 56,
RE: METHANE MONITORING SYSTEM - FLEET BUILDING CHANGE ORDER (BID
#B1800132) - CLEAN ENERGY FUELS CORP.
APPROVED AS TO SUBSTANCE:
Elected Official or Dedartment Head
APPRZD S TF
Controller
APPRO ED AS TO FORM:
County Attorney
a���� a-6'
/p-7t-t-f,,,e6 aoz-0 74 -
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY & CLEAN ENERGY TO DO BUSINESS AS
CLEAN ENERGY FUELS CORP.
FLEET SERVICES 1399 N. 17TH AVE. METHANE MONITORING SYSTEM
THIS AGREEMENT is made and entered into this/day of , 201e_ by and between the
County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County
Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County,"
and Clean Energy To Do Business As Clean Energy Fuels Corp. Whose address is 4675 MacArthur Court, Suite
800 Newport Beach, CA 92660 hereinafter referred to as "Contract Professional".
WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to
perform services as more particularly set forth below; and
WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform
the services, and is willing to perform the services according to the terms of this Agreement.
WHEREAS, Contract Professional is authorized to do business in the State of Colorado and has the
time, skill, expertise, and experience necessary to provide the services as set forth below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the
parties hereto agree as follows:
1. Introduction.
The terms of this Agreement are contained in the terms recited in this document and in Exhibits A, B, and
C each of which forms an integral part of this Agreement. Exhibits A, B, and C are specifically incorporated
herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including
specifically Exhibits A, B, and C define the performance obligations of Contract Professional and Contract
Professional's willingness and ability to meet those requirements.
Exhibit A consists of County's Request for Proposal (RFP) as set forth in "Proposal Package No.
B1800132. The RFP contains all of the specific requirements of County.
Exhibit B consists of Contract Professional's Response to County's Request for Proposal. The Response
confirms Contract Professional's obligations under this Agreement.
Exhibit C consists of additional language included in the contract at the request of the Contract
Professional.
2. Service or Work. Contract Professional 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 Exhibit A which is attached hereto and incorporated herein by reference.
Contract Professional shall coordinate with Weld County to perform the services described on attached Exhibits
A and B. Contract Professional shall faithfully perform the work in accordance with the standards of professional
care, skill, training, diligence and judgment provided by competent Contract Professionals performing services
of a similar nature to those described in this Agreement. Contract Professional 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.
cc: Ox 4&)
10 -/6-/g
i g-oa,ta
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 Contract Professional's completion of the responsibilities described in
Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of
Colorado prohibit County from entering into Agreements which bind County for periods longer than one year.
Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify
Contract Professional 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 by either party at any time with notice upon a
material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contract
Professional the right to provide services under this Agreement beyond the time when such services become
unsatisfactory to the County.
If this Agreement is terminated by County, Contract Professional shall be compensated for, and such
compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and
which have been approved by the County; (2) the reasonable value to County of the services which Contract
Professional provided prior to the date of the termination notice, but which had not yet been approved for
payment; and (3) the cost of any work which the County approves in writing which it determines is needed to
accomplish an orderly termination of the work. County shall be entitled to the use of all material generated
pursuant to this Agreement upon termination.
Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by
County which Contract Professional is using, by whatever method it deems expedient; and, Contract Professional
shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this
Agreement, together with all other items, materials and documents which have been paid for by County, and these
items, materials and documents shall be the property of County. Copies of work product incomplete at the time
of termination shall be marked "DRAFT -INCOMPLETE."
Upon termination of this Agreement by County, Contract Professional shall have no claim of any kind
whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except
for compensation for work satisfactorily performed and/or materials described herein properly delivered.
5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed
by both parties. No additional services or work performed by Contract Professional shall be the basis for additional
compensation unless and until Contract Professional has obtained written authorization and acknowledgement by
County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any
additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase
in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County
for such additional services is not timely executed and issued in strict accordance with this Agreement, Contract
Professional's rights with respect to such additional services shall be deemed waived and such failure shall result
in non-payment for such additional services or work performed. In the event the County shall require changes in
the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease
in the time required or the costs to the Contract Professional for performance, an equitable adjustment in fees and
completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by a
supplemental Agreement. Any claims by the Contract Professional for adjustment hereunder must be made in
writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in
work made without such prior supplemental Agreement shall be deemed covered in the compensation and time
provisions of this Agreement
6. Compensation/Contract Amount. Upon Contract Professional's successful completion of the services,
and County's acceptance of the same, County agrees to pay an amount no greater than $228,716.00 which is the
bid. Contract Professional 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 Buildings & Grounds, or by formal resolution of the Weld County Board of County Commissioners, as
required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event
shall County be liable for payment for services rendered and expenses incurred by Contract Professional under
the terms of this Agreement for any amount in excess of the sum of the bid. Contactor acknowledges that any
work it performs beyond that specifically authorized by County is performed at Contract Professional's risk and
without authorization under this Agreement. County shall not be liable for the payment of taxes, late charges or
penalties of any nature other than the compensation stated herein.
If, at any time during the term or after termination or expiration of this Agreement, County reasonably
determines that any payment made by County to Contract Professional was improper because the service for
which payment was made did not perform as set forth in this Agreement, then upon written notice of such
determination and request for reimbursement from County, Contract Professional shall forthwith return such
payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County,
if any, shall forthwith be returned to County.
County will not withhold any taxes from monies paid to the Contract Professional hereunder and Contract
Professional 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 Contract Professional 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 Contract Professional. Contract Professional agrees that it is an independent Contract
Professional and that Contract Professional'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. Contract
Professional shall perform its duties hereunder as an independent Contract Professional. Contract Professional
shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to
this Agreement. Contract Professional, 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 Contract Professional or any of its agents or employees. Unemployment insurance benefits will be available
to Contract Professional and its employees and agents only if such coverage is made available by Contract
Professional or a third party. Contract Professional shall pay when due all applicable employment taxes and
income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contract Professional shall
not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as
expressly set forth in this Agreement. Contract Professional shall have the following responsibilities with regard
to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force
workers' compensation and unemployment compensation insurance in the amounts required by law.
8. Subcontractors. Contract Professional acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Contract Professional. Contract Professional shall not
enter into any subcontractor agreements for the completion of this project without County's prior written
consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable
discretion to approve all personnel assigned to the subject project during the performance of this Agreement and
no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the project.
Contract Professional shall require each subcontractor, as approved by County and to the extent of the Services
to be performed by the subcontractor, to be bound to Contract Professional by the terms of this Agreement, and
to assume toward Contract Professional all the obligations and responsibilities which Contract Professional, by
this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the
provisions of this Agreement against any subcontractor hired by Contract Professional and Contract
Professional shall cooperate in such process. The Contract Professional shall be responsible for the acts and
omissions of its agents, employees and subcontractors.
9. Ownership. All work and information obtained by Contract Professional under this Agreement or
individual work order shall become or remain (as applicable), the property of County. In addition, all reports,
documents, data, plans, drawings, records and computer files generated by Contract Professional in relation to
this Agreement and all reports, test results and all other tangible materials obtained and/or produced in
connection with the performance of this Agreement, whether or not such materials are in completed form, shall
at all times be considered the property of the County. Contract Professional shall not make use of such material
for purposes other than in connection with this Agreement without prior written approval of County.
10. Confidentiality. Confidential financial information of the Contract Professional should be transmitted
separately from the main bid submittal, clearly denoting in red on the financial information at the top the word,
"CONFIDENTIAL." However, Contract Professional 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. Contract Professional agrees to keep confidential all of County's confidential
information. Contract Professional 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. Contract
Professional 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. Standard of Care. Contract Professional warrants that the services performed under this Agreement will be
performed in a manner consistent with the professional standards governing such services and the provisions of
this Agreement. Contract Professional further represents all services shall be performed by qualified personnel in
a professional and workmanlike manner, consistent with industry standards, and that all services will conform to
applicable specifications.
12. Acceptance of Services Not a Waiver. Upon completion of the work, Contract Professional shall submit to
County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County
of reports and incidental material(s) furnished under this Agreement shall not in any way relieve Contract
Professional of responsibility for the quality and accuracy of the project. In no event shall any action by County
hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which
may then exist on the part of Contract Professional, and County's action or inaction when any such breach or
default shall exist shall not impair or prejudice any right or remedy available to County with respect to such
breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or
conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the
County of, or payment for, the 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. Weld County and the State must be named as additional insured on the
Commercial General Liability policies (leases and construction contracts require additional insured coverage for
completed operations on endorsements CG 2010 11/85, CG 2037, or equivalent). Contract Professionals must
secure, at or before the time of execution of any agreement or commencement of any work, the following
insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals
shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension
thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to
do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Should any of the above -
described policies by canceled or should any coverage be reduced before the expiration date thereof, the Contract
Professional shall send written notice to the Weld County Director of General Services by certified mail, return
receipt requested. Such written notice shall be sent within thirty (30) days upon receipt of such cancellation from
carrier or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If
any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract
Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention.
County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the
amount of the deductible or self -insured retention to guarantee payment of claims.
The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do
not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits
contained herein are sufficient to protect them from liabilities that might arise out of the performance of the
work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors.
The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher
limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations
assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient
amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds
or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement.
Any modification to these requirements must be made in writing by Weld County.
The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract
Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services
provided, the timely delivery of said services, and the coordination of all services rendered by the Contract
Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or
other deficiencies.
INDEMNITY: The Contract Professional shall indemnify and hold harmless County, its officers, and
employees, from and against injury, loss damage, or liability of Contract Professional arising out of the work
done in fulfillment of the terms of this Contract, to the extent caused by a negligent act, error, or omission, or on
account of any claim or amount arising or recovered under workers' compensation law or arising out of the
failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The
Contract Professional shall be fully responsible and liable for injuries or damage received or sustained by any
person, persons, or property on account of its performance under this Agreement or its failure to comply with
the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in
its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts
arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This
paragraph shall survive expiration or termination hereof. In consideration of the award of this contract, the
Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated
entities, successors, or assigns, its elected officials, trustees, employees, and volunteers for losses arising from
the work performed by the Contract Professional for the County. A failure to comply with this provision shall
result in County's right to immediately terminate this Agreement.
Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of
any Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance
covering all of the Contract Professional's employees acting within the course and scope of their
employment. Policy shall contain a waiver of subrogation against the County. This requirement shall
not apply when a Contract Professional or subcontractor is exempt under Colorado Workers'
Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate
sole proprietor waiver form.
Commercial General Liability Insurance shall include bodily injury, property damage, and liability
assumed under the contract.
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per
person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to
all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned
vehicles used in the performance of this Contract.
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 Contract Professional to provide a certificate
of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator
in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor
liability, and inland marine, Contract Professional's insurer shall name County as an additional
insured.
Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation
rights against County.
Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other
entities providing goods or services required by this Agreement shall be subject to all of the requirements
herein and shall procure and maintain the same coverage's required of Contract Professional. Contract
Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors
suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the
required coverages. Contract Professional agrees to provide proof of insurance for all such
subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon
request by the County.
14. Non -Assignment. Contract Professional may not assign or transfer this Agreement or any interest therein or
claim thereunder, without the prior written approval of County. Any attempts by Contract Professional 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 Contract Professional 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 any duly authorized
representative of County, including the County Auditor, shall have access to and the right to examine and audit
any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this
Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment
received.
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, Director of Weld County Department of Buildings & Grounds, or his designee. All notices
or other communications (including annual maintenance made by one party to the other concerning the terms and
conditions of this contract shall be deemed delivered under the following circumstances:
(a) personal service by a reputable courier service requiring signature for receipt; or
(b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a
party at the address set forth in this contract; or
(c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is
required by the sending party; or
(d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is
required by the sending party.
Either party may change its notice address(es) by written notice to the other.
Notification Information:
Contract Professional: Clean Energy To Do Business As Clean Energy Fuels Corp.
Attn.: Robert M. Vreeland. Chief Financial Officer
Address: 4675 MacArthur Court, Suite 800
Address: Newport Beach, CA 92660
E-mail: chad.lindholm'q cleanenergti fuels.com
Telephone: (949) 437-1000
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. Contract Professional shall 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 Contract
Professionals 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 aver that to their knowledge, no employee of Weld County has any personal or
beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County
has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere
with the performance of Contract Professional's services and Contract Professional shall not employ any person
having such known interests. During the term of this Agreement, Contract Professional shall not engage in any in
any business or personal activities or practices or maintain any relationships which actually conflicts with or in
any way appear to conflict with the full performance of its obligations under this Agreement. Failure by Contract
Professional to ensure compliance with this provision may result, in County's sole discretion, in immediate
termination of this Agreement. No employee of Contract Professional nor any member of Contract Professional's
family shall serve on a County Board, committee or hold any such position which either by rule, practice or action
nominates, recommends, supervises Contract Professional's operations, or authorizes funding to Contract
Professional.
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, Contract Professional 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. Contract Professional certifies, warrants, and agrees
that it does not knowingly employ or contract with an illegal alien who will perform work under this
contract. Contract Professional 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). Contract
Professional shall not knowingly employ or contract with an illegal alien to perform work under this Agreement
or enter into a contract with a subcontractor that fails to certify with Contract Professional that the subcontractor
shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contract
Professional 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 Contract Professional
obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly
employs or contracts with an illegal alien Contract Professional shall notify the subcontractor and County within
three (3) days that Contract Professional 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. Contract Professional 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. Contract Professional 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 Contract Professional participates in the State of Colorado program,
Contract Professional shall, within twenty days after hiring an new employee to perform work under the contract,
affirm that Contract Professional 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. Contract Professional
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 Contract
Professional 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, Contract Professional 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 Contract
Professional receives federal or state funds under the contract, Contract Professional 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 Contract
Professional 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.
29. Compliance with Davis -Bacon Wage Rates. Contract Professional understands and agrees that, if required
the work shall be in compliance with the Davis- Bacon Wage Rates.
30. Attorneys Fees/Legal Costs. In the event of a dispute between County and Contract Professional, concerning
this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal
costs incurred by or on its own behalf.
31. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial
body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null
and void.
32. Acknowledgment. County and Contract Professional 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, B, and C 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.
I WITNESS EREOF, the parties hereto have signed this Agreement this /�> day of
, 2011.
CONTRACT PROFESSIONAL:
Clean Energy To Do Business As Clean Energy Fuels Corp.
Date OcJVLe,- /, Zo ( tJ
WELD COLS s w „�,/ .e1
ATTEST: `uW / • •J�CrILo� BOARD OF COUNTY COMMISSIONERS
Weld Co . Clerk to the : o. , WELD COUNTY, COLORADO
BY:%., ' :1if/ #4!air --C� rn--(?—l-_,-.--zf--
-�/
Deputy Cl.J to the Boar.j, J '* Steve Moreno, Chair
/J'/`� /i� OCT 15 2018
020/2-026
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: JULY 12, 2018
BID NUMBER: X81800132
DESCRIPTION: METHANE MONITORING SYSTEM
DEPARTMENT: BUILDINGS & GROUNDS
BID OPENING DATE: AUGUST 9, 2018
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:
METHANE MONITORING SYSTEM - FLEET SERVICES FACILITY
A mandatory pre -bid conference will be held on July 27.2018 at 10:30 AM, at the Weld
County Fleet Services building located at 1399 North 17th Avenue, Greeley, CO.
Bids w1 be received at the Office of the Weld County Purchasing Department in the Weld County
Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: TlxisdaV. August 9h.
2018010:30AM. (Weld County Purchasina_Time Clock).
PAGES 1 -- 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE
REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION
CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID
SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services.
Said merchandise and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes
and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld
County to pay if awarded the bid.
You can find information concerning this request at two locations: On the Weld County
Purchasing website at httos://www.weldoov.com/deoartments/purchasinq located under
"Current Requests". 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.
Old Delivery to Weld County— 2 methods:
1. Email. Emailed bids are preferred. Bids may be emailed to:
b i d s @ w e I dg o v. c o m. Emailed bids must include the following statement on the email:
"I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive
your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard
copies of the bid proposal.
2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed
envelope with the bid title and bid number on it. Please address to: Weld County Purchasing
Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call PurchesInga at 970-
400.4222 or 4223 If you have any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing
Department. Each bid must give the full business address of bidder and be signed by him with
his usual signature. Bids by partnerships must furnish the full names of ail partners and must
be signed with the partnership name by one of the members of the partnership or by an
authorized representative, followed by the signature and title of the person signing. Bids by
corporations must be signed with the legal name of the corporation, followed by the name of the
state of the incorporation and by the signature and title of the president, secretary, or other
person authorized to bind it in the matter. The name of each person signing shall also be typed
or printed below the signature. A bid by a person who affixes to his signature the word
"president," "secretary," "agent," or other title without disclosing his principal, may be held to be
the bid of the individual signing. When requested by the Weld County Controller/Purchasing
Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on
behalf of a corporation shall be furnished. A power of attorney must accompany the signature of
anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed
by the person signing the bid. All bidders shall agree to comply with all of the conditions,
requirements, specifications, and/or instructions of this bid as stated or implied herein. All
designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall
be suitably filled in. Bidders are required to use the Proposal Forms which are included in this
package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out
completely, in detail, and signed by the Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder
to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time
indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening
will be kept unopened in a secure place. No responsibility will attach to the Weld County
Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not
properly addressed and identified. Bids may be withdrawn upon written request to and approval
of the Weld County Controller/Purchasing Director/Purchasing Director, said request being
received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of
a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been
awarded. Bidders are expected to examine the conditions, specifications, and all instructions
contained herein, failure to do so will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will
give preference to resident Weld County bidders in all cases where said bids are competitive in
price and quality. It is also understood that Weld County will give preference to suppliers from
the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the
purchase of any books, stationery, records, printing, lithographing or other supplies for any
officer of Weld County). Weld County reserves the right to reject any and ail bids, to waive any
BID REQUEST #81800132 Page 2
informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the
opinion of the Board of County Commissioners, is to the best interests of Weld County. The
bid(s) may be awarded to more than one vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of
the Request for Proposal contained herein (including, but not limited to the product
specifications and scope of services), the formal acceptance of the bid by Weld County, and
signature of the Chair of the Board of County Commissioners, together constitutes a contract,
with the contract date being the date of signature by the Chair of the Board of County
Commissioners.
4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract
with an illegal alien who will perform work under this contract. Successful bidder will confirm the
employment eligibility of all employees who are newly hired for employment in the United States
to perform work under this Agreement, through participation in the E -Verify program or the State
of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall
not knowingly employ or contract with an illegal alien to perform work under this Agreement or
enter into a contract with a subcontractor that fails to certify with Successful bidder that the
subcontractor shall not knowingly employ or contract with an illegal alien to perform work under
this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program
procedures to undertake pre -employment screening or job applicants while this Agreement is
being performed. If Successful bidder obtains actual knowledge that a subcontractor performing
work under the public contract for services knowingly employs or contracts with an illegal alien
Successful bidder shall notify the subcontractor and County within three (3) days that Successful
bidder has actual knowledge that a subcontractor is employing or contracting with an illegal
alien and shall terminate the subcontract if a subcontractor does not stop employing or
contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall
not terminate the contract if within three days the subcontractor provides information to establish
that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an
investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of
Labor and Employment. If Successful bidder participates in the State of Colorado program,
Successful bidder shall, within twenty days after hiring a new employee to perform work under
the contract, affirm that Successful bidder has examined the legal work status of such
employee, retained file copies of the documents, and not altered or falsified the identification
documents for such employees. Successful bidder shall deliver to County, a written notarized
affirmation that it has examined the legal work status of such employee, and shall comply with
all of the other requirements of the State of Colorado program. If Successful bidder fails to
comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may
terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for
actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Successful bidder receives federal or state funds under the contract, Successful bidder must
confirm that any individual natural person eighteen (18) years of age or older is lawfully present
in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public
benefits provided under the contract. If Successful bidder operates as a sole proprietor, it
hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is
otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of
BID REQUEST #B1800132 Page 3
the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one
of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the
contract.
5. GENERAL PROVISIONS
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal
year are contingent upon funds for that purpose being appropriated, budgeted and otherwise
made available. By acceptance of the bid, Weld County does not warrant that funds will be
available to fund the contract beyond the current fiscal year.
B. Trade Secrets and other Confidential Information: Weld County discourages bidders
from submitting confidential information, including trade secrets, that cannot be disclosed to the
public. If necessary, confidential information of the bidder shall be transmitted separately from
the main bid submittal, clearly denoting in red on the information at the top the word,
"CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld
County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open
Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of
all documents. The bidder is responsible for ensuring that all information contained within the
confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-
204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial,
geological, or geophysical data). If Weld County receives a CORA request for bid information
marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any
of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff
determines are not protected from disclosure. Weld County staff will not be responsible for
redacting or identifying Confidential information which is included within the body of the bid and
not separately identified. Any document which is incorporated as an exhibit into any contract
executed by the County shall be a public document regardless of whether it is marked as
confidential.
C. Governmental Immunity: No term or condition of the contract shall be construed or
interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections
or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as
applicable now or hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as
an independent contractor and not as an employee. He or she shall be solely responsible for its
acts and those of its agents and employees for all acts performed pursuant to the contract.
Neither the successful bidder nor any agent or employee thereof shall be deemed to be an
agent or employee of Weld County. The successful bidder and its employees and agents are
not entitled to unemployment insurance or workers' compensation benefits through Weld
County and Weld County shall not pay for or otherwise provide such coverage for the
successful bidder or any of its agents or employees. Unemployment insurance benefits will be
available to the successful bidder and its employees and agents only if such coverage is made
available by the successful bidder or a third party. The successful bidder shall pay when due all
applicable employment taxes and income taxes and local head taxes (if applicable) incurred
pursuant to the contract. The successful bidder shall not have authorization, express or implied,
to bind Weld County to any agreement, liability or understanding, except as expressly set forth
in the contract. The successful bidder shall have the following responsibilities with regard to
workers' compensation and unemployment compensation insurance matters: (a) provide and
BID REQUEST #B1800132 Page 4
keep in force workers' compensation and unemployment compensation insurance in the
amounts required by law, and (b) provide proof thereof when requested to do so by Weld
County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable
federal and state laws, rules and regulations in effect or hereafter established, including without
limitation, laws applicable to discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto,
shall be applied in the interpretation, execution, and enforcement of the contract. Any provision .
included or incorporated herein by reference which conflicts with said laws, rules and/or
regulations shall be null and void.
G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that
the enforcement of the terms and conditions of the contract, and all rights of action relating to
such enforcement, shall be strictly reserved to the undersigned parties and nothing in the
contract shall give or allow any claim or right of action whatsoever by any other person not
included in the contract. It is the express intention of the undersigned parties that any entity
other than the undersigned parties receiving services or benefits under the contract shall be an
incidental beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the
successful bidder, concerning the contract, the parties agree that Weld County shall not be
liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on
behalf of the successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged
business enterprises will be afforded full opportunity to submit bids in response to all invitations
and will not be discriminated against on the grounds of race, color, national origin, sex, age, or
disability in consideration for an award.
J. Procurement and Performance: The successful bidder agrees to procure the
materials, equipment and/or products necessary for the project and agrees to diligently provide
all services, labor, personnel and materials necessary to perform and complete the project. The
successful bidder shall further be responsible for the timely completion, and acknowledges that
a failure to comply with the standards and requirements outlined in the Bid within the time limits
prescribed by County may result in County's decision to withhold payment or to terminate this
Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this
Agreement by County, and shall continue through and until successful bidder's completion of
the responsibilities described in the Bid.
L. Termination: County has the right to terminate this Agreement, with or without cause
on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time
without notice upon a material breach of the terms of the Agreement.
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.
BID REQUEST #61800132 Page 5
Accordingly, no claim that the County has been unjustly enriched by any additional services,
whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in
the compensation payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into
this Agreement in reliance upon the particular reputation and expertise of the successful bidder.
The successful bidder shall not enter into any subcontractor agreements for the completion of
this Project without County's prior written consent, which may be withheld in County's sole
discretion. County shall have the right in its reasonable discretion to approve all personnel
assigned to the subject Project during the performance of this Agreement and no personnel to
whom County has an objection, in its reasonable discretion, shall be assigned to the Project.
The successful bidder shall require each subcontractor, as approved by County and to the
extent of the Services to be performed by the subcontractor, to be bound to the successful
bidder by the terms of this Agreement, and to assume toward the successful bidder all the
obligations and responsibilities which the successful bidder, by this Agreement, assumes toward
County. County shall have the right (but not the obligation) to enforce the provisions of this
Agreement against any subcontractor hired by the successful bidder and the successful bidder
shall cooperate in such process. The successful bidder shall be responsible for the acts and
omissions of its agents, employees and subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement
will be performed in a manner consistent with the standards governing such services and the
provisions of this Agreement. The successful bidder further represents and warrants that all
services shall be performed by qualified personnel in a professional and workmanlike manner,
consistent with industry standards, and that all services will conform to applicable specifications.
In addition to the foregoing warranties, Contractor is aware that all work performed on this Project
pursuant to this Agreement is subject to a one-year warranty period during which Contractor must
correct any failures or deficiencies caused by contractor's workmanship or performance.
The bidder wan -ants that the goods to be supplied shall be merchantable, of good quality, and
free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended
and conform to the minimum specifications herein. The successful bidder shall warrant that he
has title to the goods supplied and that the goods are free and clear of all liens, encumbrances,
and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for
mileage, travel time, and service trucks used in the servicing (including repairs) of any of the
goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls
as are necessary for the first one (1) year period after said goods are first supplied to Weld
County.
Bidder shall submit with their bids the following information pertaining to the equipment upon
which the bids are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or
any interest therein or claim thereunder, without the prior written approval of County. Any attempts
BID REQUEST #B1 B00132 Page 6
by the successful bidder to assign or transfer its rights hereunder without such prior approval by
County shall, at the option of County, automatically terminate this Agreement and all rights of the
successful bidder hereunder. Such consent may be granted or denied at the sole and absolute
discretion of County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in
delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where
such failure is due to any cause beyond its reasonable control, including but not limited to Acts of
God, fires, strikes, war, flood, earthquakes or Governmental actions.
R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage
or use other contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and
§24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of
Weld County has any personal or beneficial interest whatsoever in the service or property which
is the subject matter of this Agreement. County has no interest and shall not acquire any interest
direct or indirect, that would in any manner or degree interfere with the performance of the
successful bidder's services and the successful bidder shall not employ any person having such
known interests. During the term of this Agreement, the successful bidder shall not engage in any
business or personal activities or practices or maintain any relationships which actually conflicts
with or in any way appear to conflict with the full performance of its obligations under this
Agreement. Failure by the successful bidder to ensure compliance with this provision may result,
in County's sole discretion, in immediate termination of this Agreement. No employee of the
successful bidder nor any member of the successful bidder's family shall serve on a County
Board, committee or hold any such position which either by rule, practice or action nominates,
recommends, supervises the successful bidder's operations, or authorizes funding to the
successful bidder.
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal,
or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and
enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by
any extra judicial body or person. Any provision to the contrary in the contract or incorporated
herein by reference shall be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not
be valid until it has been approved by the Board of County Commissioners of Weld County,
Colorado or its designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the
service, and County's acceptance of the same, County agrees to pay an amount no greater than
the amount of the accepted bid. The successful bidder acknowledges no payment in excess of
that amount will be made by County unless a "change order" authorizing such additional payment
has been specifically approved by the County's delegated employee, or by formal resolution of
the Weld County Board of County Commissioners, as required pursuant to the Weld County
Code.
BID REQUEST #81800132 Page 7
X. Taxis: County will not withhold any taxes from monies paid to the successful bidder
hereunder and the successful bidder agrees to be solely responsible for the accurate reporting
and payment of any taxes related to payments made pursuant to the terms of this Agreement.
Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside
of normal business hours unless specifically authorized in writing by County.
6. INSURANCE REQUIREMENTS
General Requirements: Successful bidders must secure, at or before the time of execution of
any agreement or commencement of any work, the following insurance covering all operations,
goods or services provided pursuant to this request. Successful bidders shall keep the required
insurance coverage in force at all times during the term of the Agreement, or any extension
thereof, and during any warranty period. The required insurance shall be underwritten by an
insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or
better. Each policy shall contain a valid provision or endorsement stating "Should any of the
above -described policies by canceled or should any coverage be reduced before the expiration
date thereof, the issuing company shall send written notice to the Weld County
Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested.
Such written notice shall be sent thirty (30) days priorto such cancellation or reduction unless due
to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in
excess of a deductible or self -insured retention, County must be notified by the Successful
bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured
retention. County reserves the right to require Successful bidder to provide a bond, at no cost
to County, in the amount of the deductible or self -insured retention to guarantee payment of
claims.
The insurance coverages specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Successful bidder. The County in no way
warrants that the minimum limits contained herein are sufficient to protect the Successful bidder
from liabilities that might arise out of the performance of the work under this Contract by the
Successful bidder, its agents, representatives, employees, or subcontractors. The successful
bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher
limits and/or broader coverages. The successful bidder is not relieved of any liability or other
obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain
insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its
own expense, any additional kinds or amounts of insurance that it may deem necessary to cover
its obligations and liabilities under this Agreement. Any modification to these requirements must
be made in writing by Weld County.
The successful bidder stipulates that it has met the insurance requirements identified herein.
The successful bidder shall be responsible for the professional quality, technical accuracy, and
quantity of all materials and services provided, the timely delivery of said services, and the
coordination of all services rendered by the successful bidder and shall, without additional
compensation, promptly remedy and correct any errors, omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its
officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or
claims of any type or character arising out of the work done in fulfillment of the terms of this
Contract or on account of any act, claim or amount arising or recovered under workers'
compensation law or arising out of the failure of the successful bidder to conform to any •
statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully
responsible and liable for any and all injuries or damage received or sustained by any person,
BID REQUEST #B1800132
Page 8
persons, or property on account of its performance under this Agreement or its failure to comply
with the provisions of the Agreement, or on account of or in consequence of neglect of The
successful bidder in its methods or procedures; or in its provisions of the materials required
herein, or from any claims or amounts arising or recovered under the Worker's Compensation
Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or
termination hereof. It is agreed that the successful bidder will be responsible for primary loss
investigation, defense and judgment costs where this contract of indemnity applies. In
consideration of the award of this contract, the successful bidder agrees to waive all rights of
subrogation against the County its associated and/or affiliated entities, successors, or assigns,
its elected officials, trustees, employees, agents, and volunteers for losses arising from the work
performed by the successful bidder for the County. A failure to comply with this provision shall
result in County's right to immediately terminate this Agreement.
Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term
of any Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability
Insurance covering all of the successful bidder's employees acting within the course and scope
of their employment. Policy shall contain a waiver of subrogation against the County. This
requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado
Workers' Compensation Act., AND when such successful bidder or subcontractor executes the
appropriate sole proprietor waiver form.
Commercial General Liability insurance for bodily injury, property damage, and liability assumed
under an insured contract, and defense costs, with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability; Successful bidder shall maintain limits of $1,000,000 for bodily injury per
person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage
applicable to all vehicles operating both on County property and elsewhere, for vehicles owned,
hired, and non -owned vehicles used in the performance of this Contract.
Successful bidders shall secure and deliver to the County at or before the time of execution of
this Agreement, and shall keep in force at all times during the term of the Agreement as the
same may be extended as herein provided, a commercial general liability insurance policy,
including public liability and property damage, in form and company acceptable to and approved
by said Administrator, covering all operations hereunder set forth in the Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate
of insurance, a policy, or other proof of insurance as required by the County's Risk
Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability,
liquor liability, and inland marine, Successful bidder's insurer shall name County as an
additional insured.
Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation
rights against County.
BID REQUEST #81800132 Page 9
Subcontractors: All subcontractors, subcontractors, Independent contractors, sub -vendors,
suppliers or other entities providing goods or services required by this Agreement shall be subject
to all of the requirements herein and shall procure and maintain the same coverages required
of Successful bidder. Successful bidder shall include all such subcontractors, independent
contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that
all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of
insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other
entities upon request by the County.
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the
Response to the Bid each of which forms an integral part of this Agreement. Those documents
are specifically incorporated herein by this reference.
BID REQUEST #81800132 Page 10
Specifications and Scope of Work
Methane Monitoring System — Fleet Services Facility
SCOPE OF WORK:
This bid is for providing engineering/design services and installation of a complete methane
electronic monitoring and control system for the maintenance bays of the Fleet Services facility
to allow the safe vehicle maintenance on CNG and LNG vehicles.
This Fleet Services Facility is located in the 1399 North 17"' Avenue, Greeley, CO.
In 2014, a methane gas monitoring and control system was installed in at the Fleet Services
Facility. It consisted of three zones: 1) small vehicle bay, 2) large vehicle bay and 3) welding
bay. At various concentrations of gas detection, the system would activate safety lights,
exhaust fans, open garage doors and/or shunt trip power to the entire building. The system has
ceased working and the vendors originally used are no longer available. Therefore, a new
monitoring system must be redesigned and constructed.
1. Weld County is seeking a team to design and install a new turn -key methane monitoring
and control system that retains the capabilities of the original system. This new system
will allow the repairs of both compressed natural gas (CNG) and liquified natural gas
(LNG) vehicles can be resume within the building.
2. Design will consist of developing full construction plans and final As-Buiits to be provided
to the County.
3. Contractor is responsible for turn -key installation and commission of new system.
4. Any follow-on testing, calibration, and/or commissioning shall be performed by contractor
for the first year. Training shall be provided to County personnel on calibration
requirements, as required.
5. Existing hardware and components could be reused. However, the wiring inside the
conduits is unknown for compatibility. Therefore, the County would require all new
wiring be installed to ensure correct installation_ And all wiring shall be labelled so future
troubleshooting of the system could occur.
6. All components must be component must be Class 1, Division 2 Compliant.
7. The system must have a 2 -hour battery backup.
8. The individual gas detection system control units shall be listed and labeled in
accordance with UL 864 or UL 2017. Gas detectors shall be listed and labeled in
accordance with UL 2075 for use with the gases and vapors being detected.
9. The plans used for the entire facility modification from 2014 have been included for
reference. However, the County cannot guarantee the accuracy of installed equipment
or wiring of the methane monitoring system. Therefore, these should be used as
reference to familiarize bidders with the scope of the prior project.
10. Contractor must provide references and examples of similar scope of work.
11. Permits are through Weld County. Permit fees through County will be waived.
12. Work will comply with all applicable Federal, State and local laws, ordnances and
regulatory requirements.
13. Davis -Bacon and Buy American requirements are NOT required.
14. Payment and performance bond is required.
15. The original sequence of operation shall be maintained and is shown in the table below:
BID REQUEST #61800132 Page 11
SEQUENCE OF OPERATION MATRIX FOR CMG DETECTION SYSTEM
CN6 DETECTION SYSTEM RESPONSE
SE0 NO
OPERATION
NORMAL
25% LFL
GAS
DETECTED
LARGE SAY
50% LFL
GAS
DETECTED
LARGE BAY
25% LFL
645
DETECTED
SMALL 5AY
50% LFL
6.A5
DETECTED
SMALL BAY
25% LFL
6A5
DETECTED
YIELDING
SAY
50% LFL
GAS
DETECTED
WELDING
SAY
TROUBLE
ZONE1
1
GREEN LIGHT .AT ALARM STATIONS IN LARGE VE,IGI_
BAY
ON
OFF
OFF
_
2
AMBER LIGNT AT ALARM STATIONS IN LARGE VEHICLE
BAY
OFF
ON
OFF
S
RED LIGHT AT ALARM STATIONS IN LARGE VEHICLE BAY
OFF
OFF
ON
4
EXHAUST FAN =_F12 (LARGE VEHICLE BAY)
OFF
LOA SPEED
HIGH SPEED
5
ExHAVST FAN EF12 - MOTORIZED DAMPER
CLOSED
OPEN
OPEN
&
MOTORIZED DAMPER FOR ROOF LOUVER (EF12)
CLOSED
OPEN
CLOSED
ZONE 2
I
GREEN LIGHT AT ALARM STATIONS IN SMALL VEHICLE
BAY
ON
OFF
OFF
2
AMBER LIGHT AT ALARM STATIONS IN SMALL VEHICLE
BAY
OFF
ON
OFF
3
RED LIGHT AT ALARM STATIONS IN SMALL VEHICLE BAY
OFF
OFF
ON
4
EXHAUST FAN EF13 (SMALL VEHICLE BAY)
OFF
LOIN SPEED
NIGH SPEED
5
EXNA ST FAN EF13 - MOTORIZED DAMPER
CLOSED
OPEN
OPEN
6
MOTORIZED DAMPER FOR ROOF LOUVER (EH")
CLOSED
OPEN
CLOSED
ZONE 3
1
GREEN LIGHT AT ALARM. STATIONS IN WELDING BAV
ON
OFF
OFF
2
AMBER LIGHT AT ALARM STATIONS IN WELDING BAY
OFF
ON
OFF
3
RED LI6MY AT ALARM STATIONS IN WELDING BAY
OFF
OFF
ON
4
EXHAUST FAN EF14 (YIELDING DAY)
OFF
LOW SPED
NIGH SPEED
5
EXHAUST FAN 5F14 - MOTORIZED DAMPER
CLOSED
OPEN
OPE,
6
MOTORIZED DAMPER FOR ROOF LOUVER (EFI4)
CLOSED
OPEN
CLOSED
IA
GREEN LIGHTS AT ALL EXTERIOR ALARM STATIONS
ON
OFF
OFF
OFF
OFF
OFF
OFF
NO
2A
AMBER LIGHTS AT ALL EXTERIOR ALARM STATIONS
OFF
ON
OFF
ON
OFF
ON
Off
YES
3A
RED LISHIS AT ALL EXTERIOR ALARM STATIONS
OFF
OFF
ON
OFF
ON
OFF
ON
YES
4A
GAS MONITOR PNL CALL OUT & ANNUNCIATION
NO
NO
YES
NO
YES
NO
YES
5A
SNIUNT TRIP OF BOLDING POWER
NO
NO
YES
NO
YES
NO
YES
6A
AUTODIAL SUPERVISORY PERSONNEL
NO
YES
YES
YES
YES
YES
YES
YES
T4
LOWER LEVEL AUDIBLE ALARM TONE
NO
YES
NO
YES
NO
YES
NO
YES
5A
HIGHER LEVEL AUDIBLE ALARM TONE
NO
NO
YES
NO
YES
NO
YES
YES
4A
DISPLAY 0NG SENSOR LEVEL AND CONDITION AT PANEL
YES
YE5
YE5
YES
YES
YES
YES
104
AUTO RESET
NO
YES
NO
YES
NO
YE5
NO
BID REQUEST #B18OO132
Page 12
16. Contractor shall ensure new system is rated and in compliance with all fire and building safety codes
to include the requirements of NFPA 52.
17. It is anticipated the contract for this project will be completed by August 28, 2018. Based on this date,
provide your start and finish dates.
TOTAL $ _
PROPOSED START DATE
COMPLETION DATE
A mandatory pre -bid conference will be held on July 27, 2018 at 10:30 AM, at the Weld County Fleet
Services building located at 1399 North 17"' Avenue, Greeley, CO.
Bids will be received up to, but not later than August 9, 2018 at 10:30 AM (WELD COUNTY
PURCHASING TIME CLOCK).
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. #B1800132.
2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and
local taxes.
3. He or she is authorized to bind the below -named bidder for the amount shown on the
accompanying proposal sheets.
4. The signed bid submitted, all of the documents of the Request for Proposal contained herein
(including, but not limited to, product specifications and scope of services), and the formal
acceptance of the bid by Weld County, together constitutes a contract, with the contract date
being the date of formal acceptance of the bid by Weld County.
5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and
to accept the bid that, in the opinion of the Board of County Commissioners, is to the best
interests of Weld County. The bid(s) may be awarded to more than one vendor.
FIRM
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO FAX
PRINTED NAME AND TITLE
TAX ID #
SIGNATURE
E-MAIL
DATE
"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 -12.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Steve Moreno, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller/Purchasing Director
BID REQUEST #B1800132 Page 14
ADDENDUM#1
BID REQUEST NO. B1800132
METHANE MONITORING SYSTEM
DEPARTMENT OF BUILDINGS & GROUNDS - TOBY TAYLOR
BID SPECIFICATIONS SHOULD ADD THE FOLLOWING:
16. Contractor will be required to coordinate any fire panel changes with the manufacturer. Any fees
for changes to the fire monitoring system will be treated as a pass -through so the County can pay direct
without any markup.
***We need signed copy on file. Thank You!***
Addendum received by:
FIRM
ADDRESS
CITY AND STATE
BY
EMAIL
AUGUST 1, 2018
Wally Dubno
Facility Modifications Sales Manager
1949) 437-1327
wally.dubno@cleanenergyfuels.com
4675 MacArthur Court, Suite 800
Newport Beach, CA 92660
949.437.1000 I Fax 949.724.1397
www.cleanenertwfuels.com
frfr
Clean Energy- August 9, 2018
Toby Taylor
Purchasing Manager
The Board of County Commissioners of Weld County, Colorado
1150 O Street Room #107
Greeley, CO 80631
Re: Methane Monitoring System
Dear Mr. Taylor:
The enclosed proposal responds to your recent RFB for a Methane Monitoring System
for the Fleet Services Facility.
After successfully completing the facility modification project for Greeley Evans Transit
in 2016, we have again partnered with CGRS (Ft. Collins, CO) to provide this proposal
for your Fleet Services building. With multiple projects completed across North America
over the past 5 years we are confident we will provide a complete, working methane
detection system for the Fleet Services Building. We have provided services to many
other municipalities across the nation, so we are both knowledgeable and prepared to
provide the same high level of service to help The Board of County Commissioners of
Weld County, Colorado reach your goals for this project. You will see in this proposal
that we have the infrastructure, personnel, qualifications and financial backing to offer
you unparalleled services.
Wally Dubno, Sales Manager, Facility Modification Services will be Weld County's
primary contract during the contract management phase of this project. He can be
reached at (949) 437-1327 or wally.dubno@cleanenergyfuels.com.
Sincerely,
Chad Lindholm
Vice President, Sales
North America's leader in clean transportation
16. Contractor shall ensure new system is rated and in compliance with all fire and building safety codes
to include the requirements of NFPA 52.
17. It is anticipated the contract for this project will be completed by August 28, 2018. Based on this date,
provide your start and finish dates.
TOTAL
PROPOSED START DATE
COMPLETION DATE
$228.716
September 4, 2018
December 14, 2018
A mandatory pre -bid conference will be held on July 27, 2018 at 10:30 AM, at the Weld County Fleet
Services building located at 1399 North 17th Avenue, Greeley, CO.
Bids will be received up to, but not later than August 9, 2018 at 10:30 AM (WELD COUNTY
PURCHASING TIME CLOCK).
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. #B1800132.
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 Clean (Meru reuistered to do business as Clean Eneru‘ Fuels Corp.
BUSINESS
ADDRESS 4 175 %la4.Arthur Court. Suite SOt)
CITY, STATE, ZIP CODE Ness ptirt lkack C 92660
TELEPHONE NO (9'49) 4) 7-1000
FAX (949) 7N-1397 TAX ID # 95-4603747
PRINTED NAME AND TITLE Robert M. Vreeland, Chief l inancial Ol'tic:vr
SIGNATURE t ---
E-MAIL chad.lindiln'm a cIeanener n f uels.coiu
DATE Auuust 0. 't)1 K
**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 -12.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Steve Moreno. Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller/Purchasing Director
1
BID REQUEST #B1800132 Page 14
Form W-9
(Rev. December 2014)
Newburg el the Truer/
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
Give Form to the
requester. Do not
send to the IRS.
1 Name (is shown on your income tax return). Name is required on the line: do not teem the tine blank.
Clean Energy
2 Business name/disregarded entity name, If different from above
$, dba California Clean Energy, Clean Energy Fuels Corp., Clean Energy of California,
Inc, Clean Energy CA Corp.
3 Check appropriate box for federal tax ckaNicallon- cheek only one of the following seven boxes
❑ In� proprietor a [+ C Corporatwn 0 S Corporation 0 Partnership ❑ Tnistestate
❑ Limited Rabat/ company. Enter the tax dasification (C.C corporation, S.S corporation, P.pannersnip)►
Note. For a single -member LLC that Is disregarded, do not check LLC; check the appropriate box In the Ikta above for
the tax classification of the skigleariamber owner.
❑ other (see Instructions) 6"
5 Acidness (number. street, and apt. or suite no.)
4675 MacArthur Court, Ste. 800
6 City, stale, and ZP code
Newport Beach, CA 92660
7 List account numbers) here (optional)
4 Exemptions (codas apply only to
canon entitles, not individuals see
instntctions on page 3):
Exempt payee code platy) 5
Exemption from FATCA reporting
code al any) E
rMarw Is swans rune abbe w t1 s i
Part l
Requesters name end address (opUaaq
Taxpayer Identification Number (TIN)
Enter your 11N in the appropriate box. The TIN provided must match the name given on tine 1 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 Part I instructions on page 3. For other
entities, it is your employer Identification number (EIN). II you do not have a number, see How to get a
TIN on page 3.
Note. If the account Is in more than one name, see the Instructions for line 1 and the chart on page 4 for
guidelines on whose number to enter.
Part II
Certification
Social security number
or
' Employer Identification number
9
5
4
6
0
3
7
4
7
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and
2. I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest ar dividends, or (c) the IRS has notified me that I art
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 codes) entered on this form (If any) indicating that I am exempt
Certification Instructions. You must cross out Item 2 above If you have been
because you have failed to report all Interest and dividends on your tax return.
interest paid, acquisition or abandonment of secured property, cancellation of
generally, payments other than interest end dividends, you are not required to
instructions on page 3.
Sign
Here
from FATCA reporting is correct.
notified by the IRS that you are currently subject to backup withholding
For real estate transactions. item 2 does not apply. For mortgage
debt, contributions to an individual retirement arrangement (IRA), and
sign the certification, but you must provide your correct TIN. See the
Sipnahm of 41.0d."
U.S. person ►
General Instructions
Section references ars to the Internal Revenue Code unless otherwise noted.
Future developments. Information about developments affecting Form W4 (such
es legislation enacted after we release it) is at www.rrs.govllw9.
Purpose of Form
An individual or entity (Form W-9 requester) who Is required to file an IntonneLon
return with the IRS must obtain your correct taxpayer identification number (Tnt)
which may be your social security number (SSN), individual taxpayer identlicaton
number (MN), adoption taxpayer Identification number (ATIN), or employer
Identification number (EIN), to report on an Information return the amount paid to
you, or other amount reportable on an Intimation return. Examples ot information
returns include. but are rot tinned to, the fallowing
• Form 1099-INT (interest earned or paid)
• Form 1099-DIV (dividends, Including those from stocks or mutual I
• Form 1099-MISC (various types of Income, prizes, awards, or gross proceeds)
• Form 1099.8 (stock Of mutual fund sates and certain other transactions by
brokers)
• Form 1099.5 (proceeds from real estate transactions)
• Form 1099-X (merchant card rind third party network transactions)
battik* /o-i4-oo1S"
• Form 1098 (home mortgage Interest), 1098-E (tluden ban kaaresq, 1045-T
(tuition)
• Farm 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 11N.
II you do not return Form W-9 to the requester with a TIN, you night be sugiect
to backup withholding. See Whet is backup withholding? on page 2.
By signing the filled -out form, you:
1. Certify that the TIN you are giving is correct (a you are waling tar a nimbe-
to be Issued),
2. Certify that you are not subject to backup withholding. or
3. Claim exemption from backup withholding It you are a U.S exempt payee. If
applicable, you are also certifying that as a U S. person. your allocable share of
any partnership Income from a U S. trade or business is not subject to the
withholding tax on foreign partners' share of effectively connected income, IMO
4 Certify that FATCA code(s) entered on this form (d any) Indicating that you we
exempt from the FATCA reporting, is e.w.ur.t. See I4hat is FATCA reporting? on
page 2 to further intimation.
Cat. No. 10231X
Form W-9 (Rev. 12.213141
ADDENDUM#1
BID REQUEST NO. B1800132
METHANE MONITORING SYSTEM
DEPARTMENT OF BUILDINGS & GROUNDS - TOBY TAYLOR
BID SPECIFICATIONS SHOULD ADD THE FOLLOWING:
16. Contractor will be required to coordinate any fire panel changes with the manufacturer. Any fees
for changes to the fire monitoring system will be treated as a pass -through so the County can pay direct
without any markup.
***We need signed copy on file. Thank You!***
Addendum received by: Clean Energy registered to do business as Clean Energ; Fuels Corp.
FIRM
4675 MacArthur Court. Suite 800
ADDRESS
Nemlmrt Beach. CA 97660
CITY AND STATE
/O4.1 --$4.51.4t.04.
BYRobert M. Vreeland. Chief Financial Officer
chad.lindholm.a clettnenerg% Iuels.corn
EMAIL
AUGUST 1, 2018
Our Experience and Qualifications
Clean Energy is pleased to respond to the RFB from Weld County, seeking a qualified
engineering and design firm to lead required modifications to Weld County's Fleet
Services Facility. Clean Energy has assembled an experienced team to provide Weld
County with a successful building evaluation, leading to recommendations and
suggestions that will improve operations and maintenance. In 2012, Clean Energy
recognized a growing need amongst our customers to modify their facilities that service
and store alternative -fueled vehicles, particularly natural gas (NGV). Shortly thereafter,
we established the Facility Modifications division to support customers in navigating the
sometimes -confusing codes and compliance guidelines in the maintenance facility
industry. We understand that a successful transit program begins with four pillars: a
fueling station, reliable vehicles, efficient maintenance program and a safe, compliant
vehicle maintenance facility. Today, Clean Energy is the only provider in the industry
with a dedicated facility modifications team, having completed more than 2,000,000 sq.
ft. of building assessments and modifications in North America.
Rick Mendoza, Clean Energy Director of Facilities Modifications, leads a team of
dedicated engineers who are responsible for evaluating, designing and managing
facility modification projects across the nation. Mr. Mendoza has more than 25 years of
engineering, design -build, and construction experience including more than 50
maintenance facility modification projects, ranging between $50,000 to over $2 million in
value.
John Jolly Ill, PE, LEED AP, CXA, is a licensed engineer with over 25 years of
experience in the construction and consulting engineering industries. His experience
includes design of HVAC systems, controls systems, installation and commissioning of
controls systems, commissioning and troubleshooting of building mechanical and
electrical support systems.
Wally Dubno, Clean Energy Sales Manager, is responsible for answering any
questions related to this RFQ and managing customer expectations during the course of
this project.
The Board of County Commissioners of Weld County, Colorado
Methane Monitoring System
Fleet Services Facility
Clean Energy'
Clean Energy personnel will support this project from beginning to end. Rick Mendoza
will oversee the project, and ensure it is properly staffed at all times. Clean Energy
maintains a full engineering department and design/CAD department to assist every
project with staffing requirements, and ensure it meets the proposed timelines. If chosen
as Weld County's partner, Clean Energy will assign staff as needed upon award to
ensure proper resources are available throughout the course of the project.
Clean Energy will engage our partner CJTSS. Clean Energy has partnered with CJTSS
for engineering services to Clean Energy for over 7 years, across more than 20 facility
modification projects. CJTSS' experience with energy analysis and efficiency projects
includes identification and evaluation of energy conservation measures, development of
conceptual designs, development of scopes of work, field evaluations, development and
application of optimized controls operating sequences to improve energy efficient
operation of mechanical systems, trouble shooting of mechanical and controls systems,
design energy efficient systems for both new and retrofit applications mechanical
systems, and designing controls for lighting, HVAC and other mechanical systems.
CJTSS is experienced in the design of medium and low voltage power systems, stand
by and emergency generation as well as design of systems in hazardous classified
areas.
CGRS will oversee construction including mechanical and electrical trades on -site at
Weld County's facility. CGRS is a Fort Collins -based contractor with a long history of
successful projects throughout the state of Colorado. Eric Vaughn will act as the onsite
construction manager during the construction phase of this project, working closely with
Clean Energy's assigned Project manager to ensure successful project completion.
r,,,,,,)
Clean Energy
The Board of County Commissioners of Weld County, Colorado
Methane Monitoring System
Fleet Services Facility
References
Reference #1
Customer: Greeley Evans Transit / City of Greeley, CO
Contact information:
Will Jones, Transit Manager
1200 A Street
Greeley, CO 80631
P: (970) 350-9751
E: will.jones@greeleygov.com
Type of work: In 2014, Clean Energy provided a detailed Assessment Report to the
City that contained a Gap Analysis highlighting all of the areas of the maintenance shop
and bus storage area that were not compliant with current codes for servicing and
storing natural gas transit buses. In 2016, Clean Energy responded to an RFP, and
was awarded a design -build contract to perform the upgrades. Work was completed in
late 2016.
When the work was performed: 2014 and 2016
Reference #2
Customer: Cummins Inc.
Contact information:
Mike Hoehn, General Manager
6140 River Road
Hodgkins, IL 60525
P: (708) 482-7435
E: Michael.hoehn@cummins.com
Type of work: Clean Energy has provided numerous assessments for CNG and LNG
facility compliance to Cummins Inc. for sites around the United States. Specifically, in
early 2016, Clean Energy provided a facility assessment for a new building in the
Chicago, IL area. Later in 2016, Cummins contracted Clean Energy to provide design -
build services for the site based on the recommendations in the assessment report. In
2015, Clean Energy provided similar services for a facility in Omaha, NE.
Clean Energy
The Board of County Commissioners of Weld County, Colorado
Methane Monitoring System
Fleet Services Facility
When the work was performed: 2015 and 2016
Reference #3
Customer: City of Loveland, CO
Contact information:
Steve Kibler, Fleet Manager
500 East Third Street
Loveland, CO
P: (970) 962-3343
E: steve.kibler@cityofloveland.org
Type of work: In 2016 Clean Energy completed an engineering assessment of two
maintenance facilities for the City to assist them in developing a plan to convert their
refuse and transit fleets to CNG. The studies resulted in recommendations for
upgrades (gap analysis), construction plans, and cost estimates. A sample copy of this
report is available to Weld County for review.
When the work was performed: 2016
Reference #4
Customer: McNeilus Corporation (Las Vegas, NV)
Contact information:
Larry Hartman, Director of Facilities
13712 Crayton Blvd
Hagerstown, MD 21742
P: (240) 313-1889
E: Ibhartmanailg.com
Type of work: In 2016 Clean Energy provided an assessment of a new building that
was under construction. Later in 2017, Clean Energy was contracted to provide the
methane detection system for the building along with start-up, and training of the
system.
When the work was performed: 2017
Clean £neigy
The Board of County Commissioners of Weld County, Colorado
Methane Monitoring System
Fleet Services Facility
Exhibit C
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY
& CLEAN ENERGY TO DO BUSINESS AS CLEAN ENERGY FUELS CORP.
FLEET SERVICES 1399 N. 17TH AVE.
METHANE MONITORING SYSTEM
1.1 Completion. Full execution of this Agreement shall be deemed notice from COUNTY to CONTRACT
PROFESSIONAL to commence performance under this Agreement, and CONTRACT PROFESSIONAL
shall use commercially reasonable efforts to complete the work within ONE HUNDRED AND TWO (102)
calendar days after the date that CONTRACT PROFESSIONAL receives all final permits and approvals to
complete the Project (the "Completion Date").
1.2 Payment of CONTRACT PROFESSIONAL Billings. CONTRACT PROFESSIONAL shall invoice
COUNTY on a monthly basis for work completed. These monthly invoices may include amounts related
to COR Estimates and Additional Costs. COUNTY shall pay each invoice submitted by CONTRACT
PROFESSIONAL within thirty (30) days of the date a complete invoice is received by COUNTY. For
purposes of this section, receipt shall be defined as three (3) days after the invoice is mailed by CONTRACT
PROFESSIONAL. Any payments not made when due shall accrue interest on the unpaid amount at a rate
of five percent (5%) per annum, calculated from the date payment is due to and including the date payment
is received by CONTRACT PROFESSIONAL.
1.3 Additional Damages. Neither party shall have any liability to the other party for special, consequential,
or incidental damages, except however in connection with a claim made against either party to this
Agreement by a third party, provided that such claim arises out of or results from the negligence or willful
misconduct or any other claim within the scope of the indemnity obligations of CONTRACT
PROFESSIONAL or COUNTY, as applicable, under this Agreement and/or a purchase order.
1.4 Force Majeure. In the event that CONTRACT PROFESSIONAL is prevented from performing its
duties and obligations pursuant to this Agreement or a purchase order by circumstances reasonably beyond
its control, including, without limitation, fires, floods, labor disputes, war, acts of terrorism, the interruption
of utility services, or Acts of God (hereinafter referred to as "Force Majeure"), then CONTRACT
PROFESSIONAL shall be excused from performance hereunder during the period of such disability
("Force Majeure Period"). If CONTRACT PROFESSIONAL claims Force Majeure, CONTRACT
PROFESSIONAL shall promptly notify COUNTY after it learns of the existence of a Force Majeure
condition, and will also provide COUNTY with an estimate, if one can be reasonably made, of the
anticipated Force Majeure Period. CONTRACT PROFESSIONAL will also promptly notify COUNTY
after the Force Majeure condition has terminated
-1-
REQUEST FOR BID
WELD COUNTY, COLORADO
1150 O STREET
GREELEY, CO 80631
DATE: JULY 12, 2018
BID NUMBER: #81800132
DESCRIPTION: METHANE MONITORING SYSTEM
DEPARTMENT: BUILDINGS & GROUNDS
BID OPENING DATE: AUGUST 9, 2018
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:
METHANE MONITORING SYSTEM - FLEET SERVICES FACILITY
A mandatory pre-bld conference will be held on July 27, 2018 at 10:30 AM, at the Weld
County Fleet Services building located at 1399 North 17th Avenue, Greeley, CO.
Bids wi be received at the Office of the Weld County Purchasing Department in the Weld County
Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Thuredait. Augusta",
20188110 3OAM. (Weld County Purchaena Time Clock).
PAGES 1- 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE
REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION
CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID
SPECIFICS FOLLOW PAGE 8.
2. INVITATION TO BID:
Weld County requests bids for the above -listed merchandise, equipment, and/or services.
Said merchandise and/or equipment shall be delivered to the location(s) specified herein
Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes
and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld
County to pay if awarded the bid.
You can find information concerning this request at two locations: On the Weld County
Purchasing website at httos://www.welduov.com/devartments/ourchasing located under
"Current Requests". 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.
Did Delivery to Weld County — 2 methods:
1. Email. Emailed bids are preferred. Bids may be emailed to:
bids@weldgov.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
copies of the bid proposal.
2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed
envelope with the bid title and bid number on it. Please address to: Weld County Purchasing
Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchaslna at 970-
400.4222 or 4223 If you have any questions.
3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION
Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing
Department. Each bid must give the full business address of bidder and be signed by him with
his usual signature. Bids by partnerships must furnish the full names of all partners and must
be signed with the partnership name by one of the members of the partnership or by an
authorized representative, followed by the signature and title of the person signing. Bids by
corporations must be signed with the legal name of the corporation, followed by the name of the
state of the incorporation and by the signature and title of the president, secretary, or other
person authorized to bind it in the matter. The name of each person signing shall also be typed
or printed below the signature. A bid by a person who affixes to his signature the word
"president," "secretary," "agent," or other title without disclosing his principal, may be held to be
the bid of the individual signing. When requested by the Weld County Controller/Purchasing
Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on
behalf of a corporation shall be furnished. A power of attorney must accompany the signature of
anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed
by the person signing the bid. All bidders shall agree to comply with all of the conditions,
requirements, specifications, and/or instructions of this bid as stated or implied herein. All
designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall
be suitably filled in. Bidders are required to use the Proposal Forms which are included in this
package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out
completely, in detail, and signed by the Bidder.
Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder
to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time
indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening
will be kept unopened in a secure place. No responsibility will attach to the Weld County
Controller/Purchasing Director/Purchasing Director for the premature opening of a bid not
properly addressed and identified. Bids may be withdrawn upon written request to and approval
of the Weld County Controller/Purchasing Director/Purchasing Director; said request being
received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of
a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been
awarded. Bidders are expected to examine the conditions, specifications, and all instructions
contained herein, failure to do so will be at the bidders' risk.
In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will
give preference to resident Weld County bidders in all cases where said bids are competitive in
price and quality. It is also understood that Weld County will give preference to suppliers from
the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the
purchase of any books, stationery, records, printing, lithographing or other supplies for any
officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any
1111110111
BID REQUEST #81800132 Page 2
informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the
opinion of the Board of County Commissioners, is to the best interests of Weld County. The
bid(s) may be awarded to more than one vendor.
In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of
the Request for Proposal contained herein (including, but not limited to the product
specifications and scope of services), the formal acceptance of the bid by Weld County, and
signature of the Chair of the Board of County Commissioners, together constitutes a contract,
with the contract date being the date of signature by the Chair of the Board of County
Commissioners.
4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS
Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract
with an illegal alien who will perform work under this contract. Successful bidder will confirm the
employment eligibility of all employees who are newly hired for employment in the United States
to perform work under this Agreement, through participation in the E -Verify program or the State
of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall
not knowingly employ or contract with an illegal alien to perform work under this Agreement or
enter into a contract with a subcontractor that fails to certify with Successful bidder that the
subcontractor shall not knowingly employ or contract with an illegal alien to perform work under
this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program
procedures to undertake pre -employment screening or job applicants while this Agreement is
being performed. If Successful bidder obtains actual knowledge that a subcontractor performing
work under the public contract for services knowingly employs or contracts with an illegal alien
Successful bidder shall notify the subcontractor and County within three (3) days that Successful
bidder has actual knowledge that a subcontractor is employing or contracting with an illegal
alien and shall terminate the subcontract if a subcontractor does not stop employing or
contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall
not terminate the contract if within three days the subcontractor provides information to establish
that the subcontractor has not knowingly employed or contracted with an illegal
alien. Successful bidder shall comply with reasonable requests made in the course of an
investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of
Labor and Employment. If Successful bidder participates in the State of Colorado program,
Successful bidder shall, within twenty days after hiring a new employee to perform work under
the contract, affirm that Successful bidder has examined the legal work status of such
employee, retained file copies of the documents, and not altered or falsified the identification
documents for such employees. Successful bidder shall deliver to County, a written notarized
affirmation that it has examined the legal work status of such employee, and shall comply with
all of the other requirements of the State of Colorado program. If Successful bidder fails to
comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may
terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for
actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if
Successful bidder receives federal or state funds under the contract, Successful bidder must
confirm that any individual natural person eighteen (18) years of age or older is lawfully present
in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public
benefits provided under the contract. If Successful bidder operates as a sole proprietor, it
hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is
otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of
BID REQUEST #B1800132 Page 3
the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one
of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the
contract.
5. GENERAL PROVISIONS
A. Fund Availability: Financial obligations of Weld County payable after the current fiscal
year are contingent upon funds for that purpose being appropriated, budgeted and otherwise
made available. By acceptance of the bid, Weld County does not warrant that funds will be
available to fund the contract beyond the current fiscal year.
B. Trade Secrets and other Confidential Information: Weld County discourages bidders
from submitting confidential information, including trade secrets, that cannot be disclosed to the
public. If necessary, confidential information of the bidder shall be transmitted separately from
the main bid submittal, clearly denoting in red on the information at the top the word,
"CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld
County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open
Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of
all documents. The bidder is responsible for ensuring that all information contained within the
confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-
204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial,
geological, or geophysical data). If Weld County receives a CORA request for bid information
marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any
of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff
determines are not protected from disclosure. Weld County staff will not be responsible for
redacting or identifying Confidential information which is included within the body of the bid and
not separately identified. Any document which is incorporated as an exhibit into any contract
executed by the County shall be a public document regardless of whether it is marked as
confidential.
C. Governmental Immunity: No term or condition of the contract shall be construed or
interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections
or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as
applicable now or hereafter amended.
D. Independent Contractor: The successful bidder shall perform its duties hereunder as
an independent contractor and not as an employee. He or she shall be solely responsible for its
acts and those of its agents and employees for all acts performed pursuant to the contract.
Neither the successful bidder nor any agent or employee thereof shall be deemed to be an
agent or employee of Weld County. The successful bidder and its employees and agents are
not entitled to unemployment insurance or workers' compensation benefits through Weld
County and Weld County shall not pay for or otherwise provide such coverage for the
successful bidder or any of its agents or employees. Unemployment insurance benefits will be
available to the successful bidder and its employees and agents only if such coverage is made
available by the successful bidder or a third party. The successful bidder shall pay when due all
applicable employment taxes and income taxes and local head taxes (if applicable) incurred
pursuant to the contract. The successful bidder shall not have authorization, express or implied,
to bind Weld County to any agreement, liability or understanding, except as expressly set forth
in the contract. The successful bidder shall have the following responsibilities with regard to
workers' compensation and unemployment compensation insurance matters: (a) provide and
BID REQUEST #B1800132
Page 4
keep in force workers' compensation and unemployment compensation insurance in the
amounts required by law, and (b) provide proof thereof when requested to do so by Weld
County.
E. Compliance with Law: The successful bidder shall strictly comply with all applicable
federal and state laws, rules and regulations in effect or hereafter established, including without
limitation, laws applicable to discrimination and unfair employment practices.
F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto,
shall be applied in the interpretation, execution, and enforcement of the contract. Any provision
included or incorporated herein by reference which conflicts with said laws, rules and/or
regulations shall be null and void.
G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that
the enforcement of the terms and conditions of the contract, and all rights of action relating to
such enforcement, shall be strictly reserved to the undersigned parties and nothing in the
contract shall give or allow any claim or right of action whatsoever by any other person not
included in the contract. It is the express intention of the undersigned parties that any entity
other than the undersigned parties receiving services or benefits under the contract shall be an
incidental beneficiary only.
H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the
successful bidder, concerning the contract, the parties agree that Weld County shall not be
liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on
behalf of the successful bidder.
I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged
business enterprises will be afforded full opportunity to submit bids in response to all invitations
and will not be discriminated against on the grounds of race, color, national origin, sex, age, or
disability in consideration for an award.
J. Procurement and Performance: The successful bidder agrees to procure the
materials, equipment and/or products necessary for the project and agrees to diligently provide
all services, labor, personnel and materials necessary to perform and complete the project. The
successful bidder shall further be responsible for the timely completion, and acknowledges that
a failure to comply with the standards and requirements outlined in the Bid within the time limits
prescribed by County may result in County's decision to withhold payment or to terminate this
Agreement.
K. Term: The term of this Agreement begins upon the date of the execution of this
Agreement by County, and shall continue through and until successful bidder's completion of
the responsibilities described in the Bid.
L. Termination: County has the right to terminate this Agreement, with or without cause
on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time
without notice upon a material breach of the terms of the Agreement.
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.
BID REQUEST #B1800132 Page 5
Accordingly, no claim that the County has been unjustly enriched by any additional services,
whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in
the compensation payable hereunder.
N. Subcontractors: The successful bidder acknowledges that County has entered into
this Agreement in reliance upon the particular reputation and expertise of the successful bidder.
The successful bidder shall not enter into any subcontractor agreements for the completion of
this Project without County's prior written consent, which may be withheld in County's sole
discretion. County shall have the right in its reasonable discretion to approve all personnel
assigned to the subject Project during the performance of this Agreement and no personnel to
whom County has an objection, in its reasonable discretion, shall be assigned to the Project.
The successful bidder shall require each subcontractor, as approved by County and to the
extent of the Services to be performed by the subcontractor, to be bound to the successful
bidder by the terms of this Agreement, and to assume toward the successful bidder all the
obligations and responsibilities which the successful bidder, by this Agreement, assumes toward
County. County shall have the right (but not the obligation) to enforce the provisions of this
Agreement against any subcontractor hired by the successful bidder and the successful bidder
shall cooperate in such process. The successful bidder shall be responsible for the acts and
omissions of its agents, employees and subcontractors.
O. Warranty: The successful bidder warrants that services performed under this Agreement
will be performed in a manner consistent with the standards governing such services and the
provisions of this Agreement. The successful bidder further represents and warrants that all
services shall be performed by qualified personnel in a professional and workmanlike manner,
consistent with industry standards, and that all services will conform to applicable specifications.
In addition to the foregoing warranties, Contractor is aware that all work performed on this Project
pursuant to this Agreement is subject to a one-year warranty period during which Contractor must
correct any failures or deficiencies caused by contractor's workmanship or performance.
The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and
free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended
and conform to the minimum specifications herein. The successful bidder shall warrant that he
has title to the goods supplied and that the goods are free and clear of all liens, encumbrances,
and security interests.
Service Calls in the First One Year Period: The successful bidder shall bear all costs for
mileage, travel time, and service trucks used in the servicing (including repairs) of any of the
goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls
as are necessary for the first one (1) year period after said goods are first supplied to Weld
County.
Bidder shall submit with their bids the following information pertaining to the equipment upon
which the bids are submitted:
1. Detailed equipment specifications to include the warranty.
2. Descriptive literature.
P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or
any interest therein or claim thereunder, without the prior written approval of County. Any attempts
BID REQUEST #BI800132 Page 6
by the successful bidder to assign or transfer its rights hereunder without such prior approval by
County shall, at the option of County, automatically terminate this Agreement and all rights of the
successful bidder hereunder. Such consent may be granted or denied at the sole and absolute
discretion of County.
Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in
delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where
such failure is due to any cause beyond its reasonable control, including but not limited to Acts of
God, fires, strikes, war, flood, earthquakes or Governmental actions.
R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage
or use other contractors or persons to perform services of the same or similar nature.
S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and
§24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of
Weld County has any personal or beneficial interest whatsoever in the service or property which
is the subject matter of this Agreement. County has no interest and shall not acquire any interest
direct or indirect, that would in any manner or degree interfere with the performance of the
successful bidder's services and the successful bidder shall not employ any person having such
known interests. During the term of this Agreement, the successful bidder shall not engage in any
business or personal activities or practices or maintain any relationships which actually conflicts
with or in any way appear to conflict with the full performance of its obligations under this
Agreement. Failure by the successful bidder to ensure compliance with this provision may result,
in County's sole discretion, in immediate termination of this Agreement. No employee of the
successful bidder nor any member of the successful bidder's family shall serve on a County
Board, committee or hold any such position which either by rule, practice or action nominates,
recommends, supervises the successful bidder's operations, or authorizes funding to the
successful bidder.
T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal,
or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and
enforced without such provision, to the extent that this Agreement is then capable of execution
within the original intent of the parties.
U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by
any extra judicial body or person. Any provision to the contrary in the contract or incorporated
herein by reference shall be null and void.
V. Board of County Commissioners of Weld County Approval: This Agreement shall not
be valid until it has been approved by the Board of County Commissioners of Weld County,
Colorado or its designee.
W. Compensation Amount: Upon the successful bidder's successful completion of the
service, and County's acceptance of the same, County agrees to pay an amount no greater than
the amount of the accepted bid. The successful bidder acknowledges no payment in excess of
that amount will be made by County unless a "change order" authorizing such additional payment
has been specifically approved by the County's delegated employee, or by formal resolution of
the Weld County Board of County Commissioners, as required pursuant to the Weld County
Code.
BID REQUEST #B1800132 Page 7
X. Taxes: County will not withhold any taxes from monies paid to the successful bidder
hereunder and the successful bidder agrees to be solely responsible for the accurate reporting
and payment of any taxes related to payments made pursuant to the terms of this Agreement.
Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside
of normal business hours unless specifically authorized in writing by County.
6. INSURANCE REQUIREMENTS
General Reauirements: Successful bidders must secure, at or before the time of execution of
any agreement or commencement of any work, the following insurance covering all operations,
goods or services provided pursuant to this request. Successful bidders shall keep the required
insurance coverage in force at all times during the term of the Agreement, or any extension
thereof, and during any warranty period. The required insurance shall be underwritten by an
insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or
better. Each policy shall contain a valid provision or endorsement stating "Should any of the
above -described policies by canceled or should any coverage be reduced before the expiration
date thereof, the issuing company shall send written notice to the Weld County
Controller/Purchasing Director/Purchasing Director by certified mail, return receipt requested.
Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due
to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in
excess of a deductible or self -insured retention, County must be notified by the Successful
bidder. Successful bidder shall be responsible for the payment of any deductible or self -insured
retention. County reserves the right to require Successful bidder to provide a bond, at no cost
to County, in the amount of the deductible or self -insured retention to guarantee payment of
claims.
The insurance coverages specified in this Agreement are the minimum requirements, and these
requirements do not decrease or limit the liability of Successful bidder. The County in no way
warrants that the minimum limits contained herein are sufficient to protect the Successful bidder
from liabilities that might arise out of the performance of the work under this Contract by the
Successful bidder, its agents, representatives, employees, or subcontractors. The successful
bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher
limits and/or broader coverages. The successful bidder is not relieved of any liability or other
obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain
insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its
own expense, any additional kinds or amounts of insurance that it may deem necessary to cover
its obligations and liabilities under this Agreement. Any modification to these requirements must
be made in writing by Weld County.
The successful bidder stipulates that it has met the insurance requirements identified herein.
The successful bidder shall be responsible for the professional quality, technical accuracy, and
quantity of all materials and services provided, the timely delivery of said services, and the
coordination of all services rendered by the successful bidder and shall, without additional
compensation, promptly remedy and correct any errors, omissions, or other deficiencies.
INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its
officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or
claims of any type or character arising out of the work done in fulfillment of the terms of this
Contract or on account of any act, claim or amount arising or recovered under workers'
compensation law or arising out of the failure of the successful bidder to conform to any
statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully
responsible and liable for any and all injuries or damage received or sustained by any person,
BID REQUEST #B1800132 Page 8
persons, or property on account of its performance under this Agreement or its failure to comply
with the provisions of the Agreement, or on account of or in consequence of neglect of The
successful bidder in its methods or procedures; or in its provisions of the materials required
herein, or from any claims or amounts arising or recovered under the Worker's Compensation
Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or
termination hereof. It is agreed that the successful bidder will be responsible for primary loss
investigation, defense and judgment costs where this contract of indemnity applies. In
consideration of the award of this contract, the successful bidder agrees to waive all rights of
subrogation against the County its associated and/or affiliated entities, successors, or assigns,
its elected officials, trustees, employees, agents, and volunteers for losses arising from the work
performed by the successful bidder for the County. A failure to comply with this provision shall
result in County's right to immediately terminate this Agreement.
Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term
of any Agreement, insurance in the following kinds and amounts:
Workers' Compensation Insurance as required by state statute, and Employer's Liability
Insurance covering all of the successful bidder's employees acting within the course and scope
of their employment. Policy shall contain a waiver of subrogation against the County. This
requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado
Workers' Compensation Act., AND when such successful bidder or subcontractor executes the
appropriate sole proprietor waiver form.
Commercial General Liability Insurance for bodily injury, property damage, and liability assumed
under an insured contract, and defense costs, with the minimum limits must be as follows:
$1,000,000 each occurrence;
$2,000,000 general aggregate;
$2,000,000 products and completed operations aggregate;
$1,000,000 Personal Advertising injury
Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per
person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage
applicable to all vehicles operating both on County property and elsewhere, for vehicles owned,
hired, and non -owned vehicles used in the performance of this Contract.
Successful bidders shall secure and deliver to the County at or before the time of execution of
this Agreement, and shall keep in force at all times during the term of the Agreement as the
same may be extended as herein provided, a commercial general liability insurance policy,
including public liability and property damage, in form and company acceptable to and approved
by said Administrator, covering all operations hereunder set forth in the Request for Bid.
Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate
of insurance, a policy, or other proof of insurance as required by the County's Risk
Administrator in his sole discretion.
Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability,
liquor liability, and inland marine, Successful bidder's insurer shall name County as an
additional insured.
Waiver of Subr ation: For all coverages, Successful bidder's insurer shall waive subrogation
rights against County.
BID REQUEST #81800132 Page 9
Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors,
suppliers or other entities providing goods or services required by this Agreement shall be subject
to all of the requirements herein and shall procure and maintain the same coverages required
of Successful bidder. Successful bidder shall include all such subcontractors, independent
contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that
all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of
insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other
entities upon request by the County.
The terms of this Agreement are contained in the terms recited in this Request for Bid and in the
Response to the Bid each of which forms an integral part of this Agreement. Those documents
are specifically incorporated herein by this reference.
BID REQUEST #81800132 Page 10
Specifications and Scope of Work
Methane Monitoring System — Fleet Services Facility
SCOPE OF WORK:
This bid is for providing engineering/design services and installation of a complete methane
electronic monitoring and control system for the maintenance bays of the Fleet Services facility
to allow the safe vehicle maintenance on CNG and LNG vehicles.
This Fleet Services Facility is located in the 1399 North 17t Avenue, Greeley, CO.
In 2014, a methane gas monitoring and control system was installed in at the Fleet Services
Facility. It consisted of three zones: 1) small vehicle bay, 2) large vehicle bay and 3) welding
bay. At various concentrations of gas detection, the system would activate safety lights,
exhaust fans, open garage doors and/or shunt trip power to the entire building. The system has
ceased working and the vendors originally used are no longer available. Therefore, a new
monitoring system must be redesigned and constructed.
1. Weld County is seeking a team to design and install a new turn -key methane monitoring
and control system that retains the capabilities of the original system. This new system
will allow the repairs of both compressed natural gas (CNG) and liquified natural gas
(LNG) vehicles can be resume within the building.
2. Design will consist of developing full construction plans and final As-Builts to be provided
to the County.
3. Contractor is responsible for turn -key installation and commission of new system.
4. Any follow-on testing, calibration, and/or commissioning shall be performed by contractor
for the first year. Training shall be provided to County personnel on calibration
requirements, as required.
5. Existing hardware and components could be reused. However, the wiring inside the
conduits is unknown for compatibility. Therefore, the County would require all new
wiring be installed to ensure correct installation. And all wiring shall be labelled so future
troubleshooting of the system could occur.
6. All components must be component must be Class 1, Division 2 Compliant.
7. The system must have a 2 -hour battery backup.
8. The individual gas detection system control units shall be listed and labeled in
accordance with UL 864 or UL 2017. Gas detectors shall be listed and labeled in
accordance with UL 2075 for use with the gases and vapors being detected.
9. The plans used for the entire facility modification from 2014 have been included for
reference. However, the County cannot guarantee the accuracy of installed equipment
or wiring of the methane monitoring system. Therefore, these should be used as
reference to familiarize bidders with the scope of the prior project.
10. Contractor must provide references and examples of similar scope of work.
11. Permits are through Weld County. Permit fees through County will be waived.
12. Work will comply with all applicable Federal, State and local laws, ordnances and
regulatory requirements.
13. Davis -Bacon and Buy American requirements are NOT required.
14. Payment and performance bond is required.
15. The original sequence of operation shall be maintained and is shown in the table below:
BID REQUEST #B1800132 Page 11
SEQUENCE OF OPERATION MATRIX FOR CNG DETECTION SYSTEM
GN6 DETECTION SYSTEM RESPONSE
SEO NO
OPERATION
NORMAL
25% LFL
GAS
DETECTED
LARGE BAY
50% LFL
GAS
DETECTED
LARGE BAY
25% LFL
SAS
DETECTED
SMALL BAY
50% LFL
6AS
DETECTED
SMALL BAY
25% LFL
GAS
DETECTED
WELDING
BAY
50% LFL
GAS
DETECTED
WELDING
SAY
TROUBLE
ZONE 1
1
GREEN LIGHT AT ALARM STATIONS IN LARGE VEHICLE
BAY
ON
OFF
OFF
2
AMBER LIGHT AT ALARM STATIONS IN LARGE VEHICLE
BAY
OFF
ON
OFF
3
RED LIGHT AT ALARM STATIONS IN LARGE vEHIGLE BAY
OFF
OFF
ON
4
EXHAL5T FAN EF12 (LARGE VEHICLE BAY)
OFF
LOW SPEED
HIGH SPEED
5
EXHAUST FAN EF12- MOTORIZED DAMPER
CLOSED
OPEN
OPEN
6
MOTORIZED DAMPER FOR ROOF LOWER (EF12)
CLOSED
OPEN
CLOSED
ZONE 2
1
GREEN LIGHT AT ALARM STATIONS IN SMALL VEHICLE
BAY
ON
OFF
OFF
2
AMBER LIGHT AT ALARM STATIONS IN SMALL. VEHICLE
BAY
OFF
ON
OFF
3
RED ...1GHT AT ALARM STATIONS IN SMALL VEHICLE BAY
OFF
OFF
ON
4
ExNAL5T FAh EF13 (SMALL VEHICLE BAY/
OFF
LOW SPEED
HIGH SPEED
5
EXHAUST FAN EF13 - MOTORIZED DAMPER
CLOSED
OPEN
OPEN
b
MOTORIZED DAMPER FOR ROOF LOWER (EF13)
CLOSED
OPEN
CLOSED
ZONE 3
I
GREEN LIGHT AT ALARM STATIONS IN YIELDING BAY
ON
OFF
OFF
2
AMBER LIGHT AT ALARM STATIONS IN YIELDING BAY
OFF
ON
OFF
3
RED LIGHT AT ALARM STATIONS IN YIELDING BAY
OFF
OFF
ON
4
EXHA ST FAA EF14 (WELDING BAY)
OFF
`
LOA SPEED
HIGH SPEED
5
EXHAUST FAN EF14 - MOTORIZED DAMPER
CLOSED
OPEN
OPEN
6
MOTORIZED DAMPER FOR ROOF LOUVER (EF14)
CLOSED
r
OPEN
CLOSED
IA
GREEN LIGHTS AT ALL EXTERIOR ALARM STATIONS
ON
OFF
OFF
OFF
OFF
OFF
OFF
NO
2A
AMBER LIGHTS AT ALL EXTERIOR ALARM STATIONS
OFF
ON
OFF
ON
OFF
ON
OFF
YES
3A
RED LI6HT5 AT ALL EXTERIOR ALARM STATIONS
OFF
OFF
GA
OFF
Oh
QFF.
ON
YES
4A
GAS MO ITO PN L 0 & NNUNCIATION
N � � �� SST !�
NO
No
YES
NO
YES
NO
YES
SA
-
SHUNT TRIP OF B L DING POPER
NO
NO
YES
NO
YES
NO
YES
6A
AiTODIAI SUPERVISORY PER50hNEL
NO
YE9
YES
YES
TES
m ' 7E5
YES
ZA
LOWER LEVEL AUDIBLE ALARM TONE
NO
YES
_ NO
- YES
NO
YES
-_NO
YES
BA
HIGHER LEVEL AUDIBLE ALARM TONE
NO
NO
YES
NO
YES
NO
YES
YES
4w
DISPLAY GNG SENSOR LEVEL AND CONDITION AT PANEL
YES
YES
YES
'YES '.
YES
YES
YES
1OA
AUTO RESET
NO
YES
NO
YES
_ NO
YES
NO
•
BID REQUEST #B1800132
Page 12
16. Contractor shall ensure new system is rated and in compliance with all fire and building safety codes
to include the requirements of NFPA 52.
17. It is anticipated the contract for this project will be completed by August 28, 2018. Based on this date,
provide your start and finish dates.
TOTAL $ _
PROPOSED START DATE
COMPLETION DATE
A mandatory pre -bid conference will be held on July 27, 2018 at 10:30 AM, at the Weld County Fleet
Services building located at 1399 North 17th Avenue, Greeley, CO.
Bids will be received up to, but not later than August 9, 2018 at 10:30 AM (WELD COUNTY
PURCHASING TIME CLOCK).
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. #81800132.
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 ail bids, to waive any informality in the bids, and
to accept the bid that, in the opinion of the Board of County Commissioners, is to the best
interests of Weld County. The bid(s) may be awarded to more than one vendor.
FIRM
BUSINESS
ADDRESS
CITY, STATE, ZIP CODE
TELEPHONE NO FAX TAX ID #
PRINTED NAME AND TITLE
SIGNATURE
E-MAIL
DATE
**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 -12.
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Steve Moreno, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller/Purchasing Director
BID REQUEST #61800132 Page 14
ADDENDUM#1
BID REQUEST NO. B1800132
METHANE MONITORING SYSTEM
DEPARTMENT OF BUILDINGS & GROUNDS - TOBY TAYLOR
BID SPECIFICATIONS SHOULD ADD THE FOLLOWING:
16. Contractor will be required to coordinate any fire panel changes with the manufacturer. Any fees
for changes to the fire monitoring system will be treated as a pass -through so the County can pay direct
without any markup.
**'We need sinned copy on file. Thank Your**
Addendum received by:
FIRM
ADDRESS
CITY AND STATE
BY
EMAIL
AUGUST 1, 2018
16. Contractor shall ensure new system is rated and in compliance with all fire and building safety codes
to include the requirements of NFPA 52.
17. It is anticipated the contract for this project will be completed by August 28, 2018. Based on this date,
provide your start and finish dates.
TOTAL
PROPOSED START DATE
COMPLETION DATE
$228,716
September 4. 2018
December 14, 2018
A mandatory pre -bid conference will be held on July 27, 2018 at 10:30 AM, at the Weld County Fleet
Services building located at 1399 North 17"' Avenue, Greeley, CO.
Bids will be received up to, but not later than August 9, 2018 at 10:30 AM (WELD COUNTY
PURCHASING TIME CLOCK).
SIGNATURE
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 N`6#B
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 format 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 Clean Enera% reuistered to do business as Clean Enema, Fuels Corp.
BUSINESS
ADDRESS 4675 MacArthur Cnsui. Suite 800
CITY, STATE, ZIP CODE Newport Reach. CA 92660
TELEPHONE NO 1949►437-1000
FAX (949) 724-1397 TAX ID # 95-4603747
PRINTED NAME AND TITLE Robert M. Vreeland_ Chief Financial Officer
) pMc
E-MAIL cltad,iindholm-i cieaneuerj iuels.com
DATE August 8, 2018
ALL BIRD _ QVIDtA W:9 WITH .SUBMISSIONOF'rti _... 1.4 '
WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION
NUMBER IS #98-03551-0000. 1 DO NC►TTNEED ifekOtAtIC PAGfj S A- Z
ATTEST: BOARD OF COUNTY COMMISSIONERS
Weld County Clerk to the Board WELD COUNTY, COLORADO
BY:
Deputy Clerk to the Board Steve Moreno, Chair
APPROVED AS TO SUBSTANCE:
Elected Official or Department Head
Controller/Purchasing Director
BID REQUEST #B1800132 Page 14
Fenn W-9
(Rev. December 2014)
Depertnent ol the 'hussy
hamar Revenue Seeks
Request for Taxpayer
identification Number and Certification
Give Form to the
requester. Do not
send to the IRS.
I
I Name (es shown on your income two return). Name N required on the the: do not team the line blank
Clean Energy
2 Business nansfdoregetdad orally name, if dtMerent kom above
dba California Clean Energy. Clean Energy Fuels Corp.. Clean Energy of California, Inc. Clean Energy CA Corp.
3 Check appropriate box for federal tax daUIlkalion check only one of the foaming seven boxes
❑Vitibidusgsale proprietoro► 0 C Coronation O S Corporation O PaMrrstlp O Trudfeatate
ID Limited Debility company. Enter the tax dssalncation (C.C corporittion. S -S corpsmen. P.'pannaanp) le
Note. Fora elngle.nen*er U .C that Is disreprdsd do not creek LIZ: deck Mt appropriate boa in the lie above for
the leer at uindaeion of the sWON.member owner.
OthOtherlbeekvtivatlore)►
Address (number,. street sad apt. or suite no.)
4675 MacArthur Court, Ste. BOO
a ay. sal.. enttErcode
Newport Beach. CA 92860
7 List amount rnxniswat here (optional)
4 Exemptions (codes spoil only to
cellar entitles. not individuals see
hsbuctions on page 3x
Exempi payee cods (der 5
Exemption tram FATCA marling
cod. Fr am) E
Peers r.sx..vs mrnereanhe. ti U et
Requester's name end address Spaced)
Part I
Taxpayer Identification Number (TV*
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid
backup withholding. For Individuals. this Is miner y your social security number (SSN). However. for a
resident eters, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other
entities, it Is your employer Identification number (E94). If you do not have a number, sae How to get e
TW on page 3.
Note. If the accoset Is in more than one name, see the Instruction for line 1 and the chart on page 4 for
guldelnes on whose number to enter.
® Certification
Under penalties of perjury, I certify that;
1. The number shown on this form Is my correct taxpayer identification number (or I am walling for a number to be issued to me); and
2. I am not subject to baldup withholdng because (a) I am exempt from backup withholding, or ()) I have not been notMAed by the Internal Revenue
Service pas) that I sm subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me thrill an
no longer subject to backup withholding; and
3, 1 am a U.S. dtizen or other U.S. person peened 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 ratted by the IRS that you rte currently subject to backup withholding
because you have failed to report al Interest and dividends on your tax return. For real estate transactions, kern 2 does not apply. For mortgage
interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an Individual retirement arrangement PRA), and
generally, payments other than Intent and dividends, you are not required to sign the certification, but you must provide your correct Tgi. See the
instructions oniyege 3. Sin Signature of
Here US. person ►
Bader securely number
or
r _
Ettntptoyeridenbneal1on number
9 5- 4 6 0 3 7 4 7
/414.800t lust tL,4441e 1 Data ► JO - a - o2 o l. -
General Instructions
Section references are to the Internal Revenue Code unless otherwise noted.
Future mete. teameuon about dwtlopmNxa effecting Form W-9 (such
as legislate= enacted agar we release Ig N at mew.scgov1/09.
Purpose of Form
An Indnldual or stay therm W4 requests) who is required to file an tnfomuemn
swam with the IRS must obtain your correct taxpayer Identification number (TIN)
which ener be your will eetaanynumber MN), mw tonal taxpayer Idenkrkateri
numor employer
fdedifiatbweb
er e (MN), to an Information retadoption taxpayer Identification number urn n the amount peed to
rotof other amount reportable on an Inkerrostion return, ors Examples of Information
irs kekid., but re to, Wowing
• Form 1099.INT (interest earned of paid)
• Form 1099-DIV (dividends, Including those from stocks or mutual funds)
• Form 1099-MISC (various types of Income, prizes, wads, or gross proceeds)
• Form 1099-0 (stock or mutual fund idea and certain other transactions by
bakers)
• Farm 11199-S (proceeds from real esters bo►sactions)
• Form 109FN (merehatd card end lhkd piety network transactions)
• Form 1098 (torte mortgage Interest), 1096-E (student loan intentsl% 1098-T
• Form 1099•C (canceled debt)
• Form 1099•A (acquisition or abandonment of secured property)
Use Form WS only if you ere s U.S. parson (Including a resident dent, to
provide your oared TIN.
to limo
elnrp withholding. do not ~ Sew W.9Me
Is backup r«drho el gP on � Wald a =IOW
By signing the filled out form, you:
I. Carry I the Iu t T1N you are giving Is correct (or you we wring for a number
to
2. Certify that you we not subject to backup waihotdng, or
3. Clain aarepdon kom bade vratesidIng If you area U.S exempt payee. If
applicable, you are also swerving rat as a U.S.person. your aaaabks share of
any partnership Income tom a U.S, bade or buieu Is not subject to the
withholding lax on foreign partners' share of effectively connected income, and
4 Curtly that FATCA code(s) entered on title form Of any) Indicating Met you we
exempt front the FATCA reporting, le correct See tWIst Is FATCA reporsng9 on
page 2 for Leper Wonsallon,
Cat. No, 10231X
FO1111 W-9 (Rev. 12-2014)
ADDENDUM#1
BID REQUEST NO. B1800132
METHANE MONITORING SYSTEM
DEPARTMENT OF BUILDINGS & GROUNDS - TOBY TAYLOR
BID SPECIFICATIONS SHOULD ADD THE FOLLOWING:
16. Contractor will be required to coordinate any fire panel changes with the manufacturer. Any fees
for changes to the fire monitoring system will be treated as a pass -through so the County can pay direct
without any markup.
*`*We need cloned cony on file. Thank Your**
Addendum received by: Clean Energy registered to do business as Clean Energy Fuejs Corp.
FIRM
4675 MacArthur Court. Suite Rt1)
ADDRESS
Nvport loch_ CA 92660
CITY AND STATE
,514efie.
BYRobert M. Vreeland. Chief Financial Officer
chad_ lindholm, it c leanenerev fluels.corn
EMAIL
AUGUST 1, 2018
Our Experience and Qualifications
Clean Energy is pleased to respond to the RFB from Weld County, seeking a qualified
engineering and design firm to lead required modifications to Weld County's Fleet
Services Facility. Clean Energy has assembled an experienced team to provide Weld
County with a successful building evaluation, leading to recommendations and
suggestions that will improve operations and maintenance. In 2012, Clean Energy
recognized a growing need amongst our customers to modify their facilities that service
and store alternative -fueled vehicles, particularly natural gas (NGV). Shortly thereafter,
we established the Facility Modifications division to support customers in navigating the
sometimes -confusing codes and compliance guidelines in the maintenance facility
industry. We understand that a successful transit program begins with four pillars: a
fueling station, reliable vehicles, efficient maintenance program and a safe, compliant
vehicle maintenance facility. Today, Clean Energy is the only provider in the industry
with a dedicated facility modifications team, having completed more than 2,000,000 sq.
ft of building assessments and modifications in North America.
Rick Mendoza, Clean Energy Director of Facilities Modifications, leads a team of
dedicated engineers who are responsible for evaluating, designing and managing
facility modification projects across the nation. Mr. Mendoza has more than 25 years of
engineering, design -build, and construction experience including more than 50
maintenance facility modification projects, ranging between $50,000 to over $2 million in
value.
John Jolly Ill, PE, LEED AP, CXA, is a licensed engineer with over 25 years of
experience in the construction and consulting engineering industries. His experience
includes design of HVAC systems, controls systems, installation and commissioning of
controls systems, commissioning and troubleshooting of building mechanical and
electrical support systems.
Wally Dubno, Clean Energy Sales Manager, is responsible for answering any
questions related to this RFQ and managing customer expectations during the course of
this project.
Clean Energy
The Board of County Commissioners of Weld County, Colorado
Methane Monitoring System
Fleet Services Facility
Clean Energy personnel will support this project from beginning to end. Rick Mendoza
will oversee the project, and ensure it is properly staffed at all times. Clean Energy
maintains a full engineering department and design/CAD department to assist every
project with staffing requirements, and ensure it meets the proposed timelines. If chosen
as Weld County's partner, Clean Energy will assign staff as needed upon award to
ensure proper resources are available throughout the course of the project.
Clean Energy will engage our partner CJTSS. Clean Energy has partnered with CJTSS
for engineering services to Clean Energy for over 7 years, across more than 20 facility
modification projects. CJTSS' experience with energy analysis and efficiency projects
includes identification and evaluation of energy conservation measures, development of
conceptual designs, development of scopes of work, field evaluations, development and
application of optimized controls operating sequences to improve energy efficient
operation of mechanical systems, trouble shooting of mechanical and controls systems,
design energy efficient systems for both new and retrofit applications mechanical
systems, and designing controls for lighting, HVAC and other mechanical systems.
CJTSS is experienced in the design of medium and low voltage power systems, stand
by and emergency generation as well as design of systems in hazardous classified
areas.
CGRS will oversee construction including mechanical and electrical trades on -site at
Weld County's facility. CGRS is a Fort Collins -based contractor with a long history of
successful projects throughout the state of Colorado. Eric Vaughn will act as the onsite
construction manager during the construction phase of this project, working closely with
Clean Energy's assigned Project manager to ensure successful project completion.
Clean Energy
The Board of County Commissioners of Weld County, Colorado
Methane Monitoring System
Fleet Services Facility
References
Reference #1
Customer: Greeley Evans Transit / City of Greeley, CO
Contact Information:
Will Jones, Transit Manager
1200 A Street
Greeley, CO 80631
P: (970) 350-9751
E: will.jones@greeleygov.com
Type of work: In 2014, Clean Energy provided a detailed Assessment Report to the
City that contained a Gap Analysis highlighting all of the areas of the maintenance shop
and bus storage area that were not compliant with current codes for servicing and
storing natural gas transit buses. In 2016, Clean Energy responded to an RFP, and
was awarded a design -build contract to perform the upgrades. Work was completed in
late 2016.
When the work was performed: 2014 and 2016
Reference #2
Customer: Cummins Inc.
Contact information:
Mike Hoehn, General Manager
6140 River Road
Hodgkins, IL 60525
P: (708) 482-7435
E: Michael.hoehn@cummins.com
Type of work: Clean Energy has provided numerous assessments for CNG and LNG
facility compliance to Cummins Inc. for sites around the United States. Specifically, in
early 2016, Clean Energy provided a facility assessment for a new building in the
Chicago, IL area. Later in 2016, Cummins contracted Clean Energy to provide design -
build services for the site based on the recommendations in the assessment report. In
2015, Clean Energy provided similar services for a facility in Omaha, NE.
erine
Clean Energy
The Board of County Commissioners of Weld County, Colorado
Methane Monitoring System
Fleet Services Facility
When the work was performed: 2015 and 2016
Reference #3
Customer: City of Loveland, CO
Contact information:
Steve Kibler, Fleet Manager
500 East Third Street
Loveland, CO
P: (970) 962-3343
E: steve.kibler@cityofloveland.org
Type of work: In 2016 Clean Energy completed an engineering assessment of two
maintenance facilities for the City to assist them in developing a plan to convert their
refuse and transit fleets to CNG. The studies resulted in recommendations for
upgrades (gap analysis), construction plans, and cost estimates. A sample copy of this
report is available to Weld County for review.
When the work was performed: 2016
Reference #4
Customer: McNeilus Corporation (Las Vegas, NV)
Contact information:
Larry Hartman, Director of Facilities
13712 Crayton Blvd
Hagerstown, MD 21742
P: (240) 313-1889
E: Ibhartmanaila.com
Type of work: In 2016 Clean Energy provided an assessment of a new building that
was under construction. Later in 2017, Clean Energy was contracted to provide the
methane detection system for the building along with start-up, and training of the
system.
When the work was performed: 2017
The Board of County Commissioners of Weld County, Colorado
Methane Monitoring System
Fleet Services Facility
Clean Energy
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
August 29, 2018
To: Board of County Commissioners
From: Toby Taylor
Subject: Methane Monitoring System — Fleet Building; Bid (B1800132)
As advertised, this bid is for repair of the methane monitoring system at the Fleet Services building that
is no longer supported. The low bid from is from Clean Energy Fuels Corp. and meets specifications.
Therefore, Buildings & Grounds is recommending the bid be awarded to Clean Energy Fuels Corp. for
$228,716.
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
aov--sR, Log
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
August 24, 2018
To: Board of County Commissioners
From: Toby Taylor
Subject: Methane Monitoring System — Fleet Services Facility; Bid (B1800132)
As advertised, this bid is for replacing the Methane Monitoring System at the Fleet Services Building.
Buildings & Grounds is requesting a one week extension on approval with the new approval date to be
scheduled for September 5, 2018
If you have any questions, please contact me at extension 2023.
Sincerely,
Toby Taylor
Director
-20‘? -astA
WELD COUNTY PURCHASING
1150 O Street Room 107, Greeley, CO 80631
E -Mail: rturf(a7weldgov.com
E -Mail: reverett(weldgov.com
E-mail: cmpeters(c�weldgov.com
Phone: (970) 400-4216, 4222 or 4223
Fax: (970) 336-7226
DATE OF BID: AUGUST 9, 2018
REQUEST FOR: METHANE MONITORING SYSTEM - FLEET SERVICES FACILITY
DEPARTMENT: BUILDINGS & GROUNDS
BID NO: #61800132
PRESENT DATE: AUGUST 13, 2018
APPROVAL DATE: AUGUST 27, 2018
VENDOR
TOTAL START DATE END DATE
CLEAN ENERGY FUELS CORP. $228,716 09/04/2018 12/14/2018
4675 MACARTHUR COURT, SUITE 800
NEWPORT BEACH, CA 92660
The Department of Buildings & Grounds will review the bids.
2018-2564
g/. 3
a
Hello