Loading...
HomeMy WebLinkAbout20161661.tiffBOARD OF COUNTY COMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Prometheus Energy Group, Inc. Agreement Extension Renewal DEPARTMENT: Fleet Services on DATE: December 5, 2018 behalf of Public Works PERSON REQUESTING: David Springer (5:" Brief description of the problem/issue: Prometheus Energy Group, Inc. provides service work and repairs for the LNG (Liquid Natural Gas) fuel site, which fuels Weld County vehicles that require LNG. The BOCC signed the original agreement with Prometheus Energy Group, Inc. in December 2016 (agreement No. 20161661) that includes a clause to extend the Original Agreement for an additional one-year period, which will begin January 1, 2019, and will end on December 31, 2019. There are no changes to the original agreement, all other terms and conditions remain unchanged. The attached agreement extension between the Board of Weld County Commissioners and Prometheus Energy Group, Inc. on behalf of the Weld County Public Works Department, provides repair services from January 1, 2019 through December 31, 2019. What options exist for the Board? (include consequences, impacts, costs, etc. of options): The Weld County Fleet Service Department is required to provide Public Works Department with LNG fuel for their vehicle that require LNG to operate. Prometheus is certified to provide technical support, parts, and service. Recommendation: Weld County Fleet Service recommends that the Board approve the extension agreement for an additional term. Sean P. Conway Julie A. Cozad Mike Freeman Barbara Kirkmeyer, Pro -Tern Steve Moreno, Chair Approve Schedule Recommendation Work Session Other/Comments: Lpti(4,f,iee/e) 020)6,4(061 p-T000t 6sDo73 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND PROMETHEUS ENERGY GROUP, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into 27 day of December, 2018, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Prometheus Energy Group, Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 20161661, approved on December 19, 2016. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on December 31,2018. • The parties agree to extend the Original Agreement for an additional 1 year period, which will begin January 1, 2019, and will end on December 31, 2019.. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. No changes to the original agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno , Chair ATTEST: , d'40 `r' "C"' eld County Clerk to the Board puty Cl r ro the 6-711,-wee)c MEMORANDUM TO: Board of County Commissioners DATE: December 27, 2017 FROM: Elizabeth Relford, PW Deputy Director SUBJECT: Prometheus LNG Fueling and Maintenance Contract As you know, this year Prometheus Energy Group acquired Stabilis Energy whom the county had an existing contract for liquefied natural gas (LNG) fuel supply and maintenance of the LNG fueler. On November 6, 2017, the Board accepted the assignment of Stabilis contract to Prometheus Energy Group, Inc. The current LNG fuel and service agreement expires on December 31, 2017; therefore, staff is requesting the second renewal of the three-year contract, which would extend the contract to expire in December of 2018. There are no changes to fuel or maintenance service pricing with this renewal. I'm available to answer any questions you may have. LaCktid/x€0 e&:6„),„&„,d-A) CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORKS AND PROMETHEUS ENERGY GROUP, INC. This Agreement Extension/Renewal ("Renewal"), made and entered into 27 day of December, 2017, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Prometheus Energy Group, Inc., hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 20161661, approved on December 19, 2016. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end onDecember 31. 2017. • The parties agree to extend the Original Agreement for an additional 1.year_period, which will begin January 1, 2018, and will end on December31, 2018.. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. No changes to the original agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Julie A. Cozad, Chair 2 7 20 ATTEST: Weld • u t . Clerk to the B+ar o1,allv'/66.l DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 November 2, 2017 To: Board of County Commissioners From: Toby Taylor Subject: Prometheus Assignment Letter Weld County entered into an agreement with Stabilis Energy (20161661) for a Liquified Natural Gas (LNG) fueler with associated maintenance and fuel supply. Stabilis Energy was recently acquired by Prometheus Energy Group, Inc. The attached letter is to acknowledge Prometheus Energy Group, Inc assignment of the Stability Energy contract (20161661) for LNG fueler associated maintenance and fuel supply. Buildings and Grounds is recommending acceptance of this assignment. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ,Ascso.&0L__ vAe&-r1" cPttCau) aO/40, - /&, 6-66.75 Stabilis E N E R G Y September 30, 2017 Mr. Toby Taylor County of Weld Colorado 1105 H Street, P.O. Box 758 Greeley, CO 80632 Re: Consent to Assign Letter Stabilis Energy, Inc. 1655 Louisiana St. Beaumont, TX 77701 (866) LNG -Fuel Stabilis Energy, Inc. ("Stabilis") has entered into a Membership Interest and Asset Purchase Agreement whereby Prometheus Energy Group, Inc. ("Prometheus") will be assuming all of Stabilis' customer contracts within the Rocky Mountain region. The supply of LNG fuel and services to the County of Weld Colorado are covered by the Liquefied Natural Gas Fuel & Services Agreement (the "Agreement") dated May 24, 2016 between Stabilis and the County of Weld Colorado. Accordingly, Stabilis hereby requests your consent to the assignment of the Agreement to Prometheus effective October 1, 2017. Upon execution of the assignment, Prometheus will assume the rights and obligation of Stabilis under the Agreement on, from, and after the effective date of such assignment. From and after the effective date of the assignment, Prometheus will be a party to the Agreement, will be bound by the provisions of the Agreement and will have the rights and obligation previously held by Stabilis thereunder. Please execute the letter in the space provided below to indicate your consent to the assignment in accordance with the terms of this letter. Upon execution, please email a signed copy of the letter to my attention at jim.reddinger@stabilisenergy.com with copy to Jim Aivalis at jaivalis@prometheusenergy.com. Thank you for your prompt attention to this matter. Should you have any questions or comments regarding the above, please feel free to contact me at (312) 953-0954. Sincerely, Stabilis Energy, Inc. By: Name: Jim Redding r Title: President A ee to this day of r ,�, �2 , 2017 County of Weld Colorado B NOV 0 6 2017 Name: Julie A. Cozad Chair, Board of Weld Title: County Commissioners 020/4,-/G6/ MEMORANDUM TO: Board of County Commissioners DATE: December 19, 2016 FROM: Elizabeth Relford, Transportation Manager SUBJECT: Stabilis Energy LNG Fueling and Maintenance Contract Weld County has an existing LNG fueling and service agreement with Stabilis Energy, which was executed in May of 2016. The county purchases bulk LNG from Stabilis to fuel Public Work's LNG fleet. This contract is also for Stabilis to provide maintenance services annually, with the option to renew in accordance with procurement standards. Staff is requesting the first renewal of a three year renewal contract, which would extend the existing contract to expire in December of 2017. There are no changes to fuel or maintenance service pricing with this renewal. I'm available to answer any questions you may have. 47---/-1- ex,a ,LA �iA p2 o1 -/fob e&oo73 Cpyu ro0 l b4 R 3t5 BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: Stabilis LNG Fueling Contract DEPARTMENT: PUBLIC WORKS DATE: 11/30/I6 PERSON(S) REQUESTING: Elizabeth Relford Brief description of the problem/issue: The attached contract is to renew the existing fuel and service agreement with Stabilis Energy that was approved on May 25, 2016. There are no changes to the fuel or service pricing. The extension of this 2017 contract is the first renewal of a three year renewal contract option. Recommendation to the Board: Public Works recommends approval to renew the existing contract for another year and placing it on the next available BOCC agenda. Mike Freeman, Chair Sean P. Conway, Pro Tem Julie A. Cozad Barbara Kirkmeyer Steve Moreno la -t9 -Re Approve Schedule Recommendation Work Session mcr Comments aoao - /709601 &oo13 CONTRACT AGREEMENT EXTENSION/RENEWAL BETWEEN THE WELD COUNTY DEPARTMENT OF PUBLIC WORK AND STABILIS ENERGY SERVICES, LLC This Agreement Extension/Renewal ("Renewal"), made and entered into a day of December, 2016, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Public Works, hereinafter referred to as the "Department", and Stabilis Energy Services. LLC, hereinafter referred to as the "Contractor". WHEREAS the parties entered Into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 20161661approved on May 25. 2016. WHEREAS the parties hereby agree to extend the term of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, as well as the terms provided herein. NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Original Agreement will end on December 31, 2016. • The parties agree to extend the Original Agreement for an additional 1 year period, which will begin January 1, 2017, and will end on December 31, 2017. • The Renewal, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. No changes to the original agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Alexine Hazarian Printed Name Signature ATTEST: d Weld BY: Deputy Cle P to the Board BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair DEC 1 9 201E cQ(Y/ ) Le Le / RESOLUTION RE: APPROVE AGREEMENT FOR LIQUEFIED NATURAL GAS FUEL AND SERVICE AND AUTHORIZE CHAIR TO SIGN - STABILIS ENERGY SERVICES, LLC WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to Colorado statute and the Weld County Home Rule Charter, is vested with the authority of administering the affairs of Weld County, Colorado, and WHEREAS, the Board has been presented with an Agreement for Liquefied Natural Gas Fuel and Service between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Stabilis Energy Services, LLC, commencing and ending December 31, 2016 with further terms and conditions being as stated in said agreement allowing the option to renew for three subsequent annual terms, and WHEREAS, after review, the Board deems it advisable to approve said agreement, a copy of which is attached hereto and incorporated herein by reference. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld County, Colorado, that the Agreement for Liquefied Natural Gas and Services between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Stabilis Energy Services, LLC, be and hereby is, approved. BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to sign said agreement. The above and foregoing Resolution was, on motion duly made and seconded, adopted by the following vote on the 25th day of May, A.D., 2016. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: Weld County Clerk to the Board BY: AP Moreno ty Clerk to the Board Coun y Attorney Date of signature: P i a--1/ I ORM: - Mike Freeman, Chair Sean P. C nway, Pro-Te Tillie A. ozad EXCUSED Barbar- Kirkmeyer cc, :PWC�(ZlFc) Pc.) CMW/RE) '7/g/ICD 2016-1661 EG0073 MEMORANDUM TO: Board of County Commissioners DATE: May 25, 2016 FROM: Elizabeth Relford, Transportation Manager SUBJECT: Stabilis Energy LNG Contract The contract before you today is a fuel and service agreement with Stabilis Energy. The county will be purchasing bulk LNG from Stabilis to fuel Public Work's LNG fleet. This will amount to a $1 per gallon savings from what the county currently pays now to fuel. This contract is also for Stabilis to provide maintenance services annually, with the option to renew in accordance with procurement standards. Due to the project's time constraints, the equipment, fuel, and maintenance services were bid simultaneously in B1600028. The request for proposals and Stabilis bid response is attached as Exhibits A and B. As you may recall, Weld County and Stabilis Energy entered into a contract in the amount of $550,000 for the purchase, installation, and commissioning of the LNG equipment at 1755 Holly Avenue, which is consistent with the available grant funds for the project and the timeline for which the project has to be completed. This project is mostly funded with Congestion, Mitigation, Air Quality (CMAQ) program funds from the North Front Range Metropolitan Planning Organization (NFR MPO) for fiscal year (FY) 2014. Weld County's local match for the project is $86,000 and the federal funding is for $464,000 for a total project cost of $550,000. The grant deadline for this project is July, therefore, the contract deadline for Stabilis Energy is June 1, 2016. The contract before you today is a fuel and service agreement. The county will be purchasing bulk LNG from Stabilis to fuel the PW LNG fleet. This will amount to a $1 per gallon savings from what the county currently pays now to fuel. I'm available to answer any questions you may have. al -0/6-/6(c/ EGov7� Liquefied Natural Gas Fuel and Service Agreement This SERVICE ORDER dated and effective as of May 24, 2016 is made 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 Stabilis Energy Services LLC, a limited liability corporation, who whose address is 470 Orleans Street, 7'^ Floor, Beaumont, TX 77701, hereinafter referred to as "Supplier". WHEREAS, This Agreement is being entered into by the County of Weld and Stabilis in connection with the Agreement, signed March 9, 2016 and referenced by Weld County Tyler Number 20160620, between Weld County and Stabilis Energy LLC for the Design/Build Turnkey Operation to provide fuel for NG Fueling Equipment on Weld County Property located at 1755 Holly Avenue, Greeley, CO 80631); and WHEREAS, Supplier is engaged in the business of selling Liquefied Natural Gas ("LNG") and providing LNG related maintenance services; and WHEREAS, County wishes to enter this agreement from the effective date until December 31, 2016 with the option to renew the contract for three subsequent annual terms; and WHEREAS, County wishes to purchase bulk LNG and maintenance services from Supplier on the terms conditions described below; and NOW, THEREFORE, in consideration of the premises and the mutual covenants herein contained and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties hereby agree as follows: The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contract Professional acknowledge and agree that this Agreement, including specifically Exhibits A and B, 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. 81600028". 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. A. Product and Delivery. Supplier will supply LNG to be delivered to County's mobile fueler in Greeley, CO (the "Delivery Location"), on a date as the Parties agree. B. Delivery Ticket. For each Delivery, Supplier shall provide a delivery ticket that details the Delivery Location, date, time, and net weight of LNG delivered ("Delivery Ticket"). C. Title and Risk of Loss. County shall take delivery of the LNG at the Delivery Location when the product has been transferred to the mobile fueler. Title to and risk of loss associated with the LNG shall transfer from Supplier to County after transfer of the Product into the mobile fueler has been completed at the Delivery Location. 0,2/& - /((_/ D. Payment. County shall purchase the LNG in a bulk sale and shall pay for the Net Volume of same in accordance with the following terms: a. All amounts are to be paid in United States dollars (USD). b. The net weight of the LNG Facility's ticket will be converted from pounds to LNG Gallons using a conversion factor of 3.49 pounds per LNG Gallon or 82,644 BTU. Accordingly, 1.667 LNG gallons provides the energy equivalent of 1 gallon of diesel fuel (DGE). c. All Prices set out in this Service Order are exclusive of any sales, use, value added tax, levies, withholding, newly imposed, export or other similar taxes or surcharges imposed on the provision of LNG or services ("Taxes"). Supplier shall collect, remit and pay all Taxes associated with the supply of LNG and services under this Service Order. Each Party is responsible to pay its own taxes under this Service Order including without limitation taxes on its income and personnel. d. Supplier shall invoice the County on a weekly basis for all purchases and services of LNG. County shall make payment by ACH on all undisputed charges within ten (10) business days of the date on an invoice. If the weekly invoice contains errors, the County shall advise supplier within seven (7) business days of the invoice date. For purposes of this Agreement, business days shall be Monday to Friday excluding U.S. Federal Reserve bank holidays. e. The threshold price per LNG Gallon delivered shall be determined as follows: i. Cost of fuel will include (a) natural gas commodity cost calculated as index price as published by Inside FERC for Northwest Pipeline (Rockies) at the first of the month ($ per MMBtu) multiplied by a conversion factor of 0.082 and (b) standard liquefaction cost from supply source. ii. Other costs include transportation and service fees associated with the fuel delivery not to exceed $2.00 per LNG gallon. iii. Pricing does not include taxes as Weld County is sales tax exempt. Weld County will provide sales tax and excise tax exempt certificates to Stabilis. f. The overhead and profit for Supplier is $0.25 per LNG gallon above the threshold price. Supplier shall provide support documentation with each billing to show the threshold fuel price along with the $0.25 overhead and profit per LNG gallon for each invoice. Weld County will pay for the fuel that is used. On average, Weld County uses 6,000 DGE a month. g. E. Operation, Maintenance and Services. Supplier will provide the following services to County: Operation and Maintenance a. Supplier is expected to perform the "Monthly to Quarterly Inspections and Maintenance" and the "Annual or as Required Inspections and Maintenance" on the LNG Fueler as described in Exhibit R. Daily and weekly maintenance checks will be County responsibility. The supplier may charge the County for actual inspection and maintenance costs so long as all related costs do not exceed the costs provided in Exhibit B, without written approval from Weld County. The Supplier may hire a qualified third -party to conduct the inspections and maintenance activities. Supplier is expected to provide quotes based on reasonable rates of third party support and the loaded labor rate below for each check. Quotes will be approved by County for routine and non -routine prior to work commencing. b. Supplier will make a technician available to provide support, maintenance and service to the LNG Equipment on an on -call basis by calling 1 -806 -LNG -FUEL (564-3835). c. The loaded labor rate for an operator (technician) is $125.00 per hour plus travel and materials. d. Materials will be charged at cost plus twenty-five (25) percent. Invoices should provide the cost of materials along with identifying the mark up. Fuel Service a. County elects to have 24/7 remote monitoring services provided by Supplier at $250 per month. Remote monitoring services provides monitoring and access to mobile fueler alarms, pressure and volume. Supplier will maintain wireless services for both radios, provide customized reports and alarms. Stabilis will reimburse the County for a portion of the monitoring fee or for 200 LNG gallons per day for every day the fueler is out of fuel. b. Supplier will notify Weld County of alarms or items needing attention and/or Supplier's response to correct an anomaly. c. Supplier and its contractors will have unlimited access to the mobile fueler in order to provide fueling services at their discretion unless otherwise notified by the County. F. Invoicing. Supplier shall send invoices electronically as instructed by County to r weidenketter(DweIcJ ov.com or to: Weld County Public Works 1111 H Street Pa Box 758 Greeley, CO 80632 Attention: Mona Weidenkeller G. Termination. a. Subject to earlier termination in accordance with section B below, the term of this Agreement shall be commencing on the Effective Date, and expiring on June 30, 2018 and shall automatically renew no more than four (4) additional one (1) year terms, each commencing on the anniversary of the Effective Date, unless Supplier or the County provide written notice of intention not to renew no less than 60 days prior to the expiration of the then -current term. b. Supplier may terminate this Agreement, or any part therefore, with or without cause on sixty (60) days written notice ty, in the event of a default of County, including without limitation, default in making any payment in fuel when due, breach of the Agreement, serious misconduct or criminal activity, conflict of interest, insolvency or bankruptcy, whereupon all or any portion of the County's obligations to Supplier, upon Supplier's election without notice, shall become immediately due and payable upon demand; or c. County has the right to terminate this Agreement, with or without cause on sixty (60) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. d. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. H. Warranty. Supplier warrants only that the LNG delivered to County shall not contain less than a 75 methane number. Supplier shall provide gas quality reports to County upon County's Request. SUPPLIER HEREBY DISCLAIMS ALL OTHER WARRANTIES WHETHER EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO ANY WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. I. Indemnity, County acknowledges that it has full knowledge of the hazards associated with the storage, distribution and use of LNG and County hereby assumes all responsibility for warning its personnel and any third parties, as applicable, of such hazards. J. Compliance with taws. Each party will be responsible for compliance with all laws, regulations, decrees, international conventions, and any other directives applicable to the party's obligations under this Agreement and to the parties respective use, storage and transportation of the LNG, including export and re-export control laws and regulations. Specifically, County warrants and agrees that it will not export the LNG outside the continental United States or insert the LNG, in any form, in any pipeline. K. Waiver of Consequential Damages. Neither Party shall be obligated for lost profits, economic loss, lost production, equipment downtime, stand-by fees or expenses for personnel or equipment, delayed operations or other business interruption or any other special, consequential or incidental damages whether arising under warranty, failure of essential purpose, agreement, guarantee, tort (including but not limited to negligence), strict liability, violation of law, or otherwise and whether or not resulting from or contributed to by the default or negligence of either Party, its agents, employees, or Suppliers, which might be claimed as the result of the use or failure of the LNG or services provided hereunder. L. Force Majeure. The Parties shall be excused from their respective performances hereunder if performance has been prohibited or delayed by any foreseeable or unforeseeable cause(s) beyond the reasonable control of the party claiming excuse ("Force Majeure"). Such shall include without limitation, ads of God, fire, explosion, strike, serious and adverse weather conditions, civil or public disturbance, riots, inability to obtain necessary authorizations, failure of supply or inability to produce or obtain supply, governmental regulations or requirements, destruction, damage to, or failure of LNG production facilities; breakdown of wells, pipe, machinery, equipment or terminal facilities. Notwithstanding the forgoing, a lack of funds, the availability of a more attractive market, or inefficiencies in operations do not constitute events of Force Majeure. M. 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. N. 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of May 2016. CONTRACTOR: STABILIS ENERGY SERVICES LLC By: Name: Alexine Hazarian Title: ,Manager, Supply and Logistics Date C 1 2.q C Zo ! to WELD COUNTY: ATTEST: airAdAi Jeico;e1 Weld County Clerk to the Board BY: Deputy Clerk to the Boar APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney BOARD OF WELD COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair MAY 2 5 2016 APPROVED AS TO SUBSTANCE: Elected Official or Department Head of General Services 020/ - /v / REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: January 20, 2016 BID NUMBER: B1600028 DESCRIPTION: Turnkey Purchase, Installation, Commissioning & Operation of LNG Fueling Equipment MANDATORY PRE -BID CONFERENCE DATE: January 27, 2016 BID OPENING DATE: February 10, 2016 at 10:00 a.m. 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, "Weld County"), wishes to purchase, install and commission Liquefied Natural Gas (LNG) Fueling Equipment to fuel LNG Fleet vehicles. The project in general consists of a turnkey LNG facility to be located on Weld County property for fueling of heavy duty LNG trucks. A mandatory pre -bid conference will be held at 10:00 a.m., on January 27, 2016, at the Weld County Public Works Building. The Public Works Building is located at 1111 H Street in Greeley. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids for the above stated merchandise, equipment, and/or services will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150O Street Room #107 Greeley CO 80631 until: 10:00 am. on February 10, 2016 (Weld County Purchasing Time Clock). PAGES 1 - 12 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 12 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 12. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/Departments/Purchasing/index.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E -Purchasing System. The Rocky BID NO #B1600028 Page 1 Mountain E -Purchasing System (BidNetO) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County — 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids @ w e I d g o v . c o m . Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Facsimile. Bids may be faxed to 970-336-7226 attention "Purchasing". The vendor must include the following statement on the facsimile: "I hereby waive my right to a sealed bid. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 3. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 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 the bid of the individual signing. When requested by the Weld County Director of General Services, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Director of General Services; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. BID NO #B1600028 Page 2 Qualification of Bidders: Qualification statements, attached with this document, are required to be completed by Bidders. If requested by Weld County, a Statement of Qualifications will be completed for the Subcontractors listed by the Contractor within 72 hours of the request. Failure to submit qualifications may be cause for rejection of Bids. The Owner shall consider the following criteria in evaluating the Bidder's qualifications following the opening of Bids: Experience and performance records on similar work. Ability to complete the Work within the Contract Time. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Director of General Services, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Director of General Services may at his sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. BID NO #B1600028 Page 3 Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. 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, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, buildin and other permits, and governmental inspections required by public authorities for performing the ork, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. BID NO #B1600028 Page 4 Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS S uccessful 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 n ot knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to u ndertake pre -employment screening or job applicants while this Agreement is being performed. If S uccessful 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 o r 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 u nder 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 S uccessful 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 u nder the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms BID NO #B1600028 Page 5 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. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial 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., with regard to public records, and cannot guarantee the confidentiality of all documents. 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 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 BID NO #B1600028 Page 6 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. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. 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. 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, The successful bidder'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. 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 BID NO #B1600028 Page 7 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_ Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction 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. This warranty shall commence on the date of County's final inspection and acceptance of the Project. P. Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. 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 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. BID NO #B1600028 Page 8 U. 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. V. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during 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 Director of General Services by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional. 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/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 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 construction 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 BID NO #B1600028 Page 9 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, 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 construction 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/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 successful bidder's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) $ $ $ Statutory 500,000 500,000 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and 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 $50,000 any one fire; and BID NO #B1600028 Page 10 $500,000 errors and omissions. $5,000 Medical payments one person Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property 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 successful bidder/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, Successful bidder/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract. Successful Bidders Pollution Liability BID NO #B1600028 Page 11 Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims - made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County is seeking individual proposals from highly qualified firms interested in a turnkey purchase, installation, commissioning and operation of one liquefied natural gas (LNG) mobile fueling station. This equipment shall be located in the North Front Range Metropolitan Planning Organization (NFR MPO) 8 -hour ozone nonattainment boundary on Weld County property and is intended to be used by Public Works vehicles. The contract will be awarded by and be with Weld County. The scope of work is for the installation and construction of one complete LNG fueling site. The selected Contractor shall be responsible for delivering a complete "turnkey" facility, including design and engineering, permitting, civil and other improvements to the site, equipment procurement and installation, start-up and testing, commissioning, and training of personnel. The Contractor shall also be responsible for ensuring the design of the facility and equipment complies with all codes and regulations in effect at the time of station permitting. The selected Contractor shall provide a one-year full warranty on all equipment as identified in Section 9.0. covered under this proposal, as well as all service and operating manuals, and a complete set of AutoCAD-based "As Built" drawings for owner/operator. The purpose of this document is to describe the minimum equipment and services required by Weld County. It is the responsibility of the Proposer to understand and comply with all applicable municipal, county, state, and federal codes, laws, ordinances, standards, rules and Weld County supplements in force at the time of facility commissioning. Every effort has been made to provide accurate information in this RFP. Should significant conflicts between these written specifications, the preliminary design drawings, code requirements, standard industry practices, and/or available equipment be identified by the Contractor, the Contractor shall notify the County in writing immediately upon discovery. SCOPE OF WORK: The construction project will be awarded as a "design/build" project, and the selected Contractor shall be responsible for delivering a complete "turnkey" facility on Weld County's property (location to be provided at BID NO #B1600028 Page 12 the mandatory pre -bid meeting). The overall facility shall be designed for fleet use, and operational 24 hours a day, 7 days a week, 365 days a year. The facility shall be designed with space, connections, and sufficient electrical capacity to accommodate fueling, lighting, or any other equipment as needed. The County will be the owner of these facilities. SPECIFICATIONS: Following are the required specifications for the LNG fueler and should be included in the Contractor's bid costs for this project: 1. Contractor shall provide a letter of intent demonstrating how the LNG mobile delivery system can be installed and operational by June 1, 2016. Such system shall meet the needs of a minimum of 9 LNG trucks which use on average 7,000 DGE annually. County fleet trucks typically use more fuel in the summer and less in the winter. 2. Contractor shall demonstrate how the project will be a complete design/build turnkey operation, on Weld County's property. The station sites may be unmanned facilities as long as they remain open and can be accessed by a card reader 24 hours a day. 3. A detailed description of the how the project will be managed to ensure meeting a construction deadline of four months from notice to proceed can occur. 4. Submittal of cost proposal page with total price for complete system, plus an itemized cost to maintain the system for three years. 5. Contractor shall demonstrate and assert an equipment design and maintenance plan. 6. Contractor responsible for connection of all necessary gas, electrical, and other utility services required for this project. 7. Construction including site work, fencing, demolition/relocation activities (if needed), civil and electrical improvements, and equipment installation. 8. A detailed description of the LNG mobile fuel system, including the functional capabilities of the equipment as it relates to the bid specifications. Include a list of the individual equipment components, their size and performance ratings. Each bidder should include preliminary drawings or plans of the LNG site along with brochures or cut sheets of the equipment they identifying the proposed equipment, which shall also include the equipment manufacturer(s) information. 9. Demonstrate your equipment shall include at a minimum, double walled, vacuum insulated, electronically controlled, mobile liquefied natural gas delivery system. 10. Demonstrate electrical system redundancy and define the system components life expectancy and how they affect system reliability. 11. Fuel management connection equipment (fuel transfer equipment) should be included in the proposal cost. 12. Card reader dispenser. It is the County's intent to connect the card reader to the existing County Gasboy software system. The dispenser shall incorporate a backlit LCD point -of -sale display for the fuel unit price, equivalent gallons and total amount of fuel dispensed. The dispenser's display shall be properly designed to provide full visibility both day and night. 13. Demonstrate your equipment has a gross (cold) capacity of 6,000 gallons and minimum allowable working pressure of 140 psig. 14. In order to ensure continuous motor fuel supply, you must demonstrate your ability to provide a continuous bulk fuel supply year round. In accordance with the Weld County Smart Energy Plan, it is Weld County's preference to utilize Weld County LNG fuel unless some extenuating circumstance cannot allow for it. Provide your re -filling schedule with the proposal. 15. The bid price shall include installation costs, permitting authorization, etc. and compliance with applicable Federal, State, and Municipal Codes. 16. The successful bidder agrees to enter into a three year fuel and equipment maintenance agreement to be reviewed annually. 17. A Maintenance Plan is required and the Contractor shall provide the expected availability or down time for expected maintenance. 18. Contractor shall submit cut sheets identifying the proposed equipment and shall also include the equipment manufacturer(s) information. BID NO #B1600028 Page 13 19. Contractor shall be responsible for commissioning, startup, training, and demonstration of the facility. If any spare/future conduits are installed they shall be capped and sealed at each end a minimum of 6" above grade and protected from impact, and shall include installed pull strings. The following project items in this list must be included in the bid proposal in order to be considered responsive. The contractor must include a checklist with these items in their bid proposal and failure to include all the listed forms, schedules, letters, and maps as part of the proposal will result in bid rejection: 1 A cover letter briefly describing the system and the equipment being proposed including complete pricing, projected cost for a Diesel Gallon Equivalent (DGE), how you define a DGE, and delivery information. Proposal to include a demonstration of how the LNG price will be calculated, including a breakdown detailing the commodity purchase price, taxes, operating expenses and capital recovery. In addition, any excise tax incentives received from the government must be reflected in the purchase price at the site. 2. A site plan or an aerial photo/picture labeling the proposed equipment location on the station site. In addition, the site plan shall be legible on an 11"x17" layout and Contractor shall assert the site is able to accommodate the required equipment, and all types of vehicle traffic flow, including trucks. 3. Contractor shall provide requested data to the County to comply with annual CMAQ program reporting requirements and documentation for at least 5 years from the date of project completion. This information will be further discussed with the successful bidder. However, some example reporting requirements may include project description, project completion date, annual amount of fuel dispensed, and air quality benefit calculations for 8 -hr ozone, VOCs, NOx, PM 10, CO2, and Co 4. Contractor shall provide a written statement asserting the LNG Fueling Station shall be operational 24/7 for 365 days a year. It is the Contractor's responsibility to assert how this specification will be met should fuel not be available or a generator is not included with the proposal. 5. Weld County is the recipient of certain grants to assist in funding this contract. Bidders are advised that as a sub -recipient, the contractor who receives award of this contract must comply with all federal requirements. Please refer to the Local Agency IGA with CDOT for compliance and adherence with federal requirements, and is attached hereto by reference as an exhibit, more specifically, all bidders must submit these following forms at the bid opening, if applicable: • IRS Form W-9, Statement of Qualifications and Subcontractors, CDOT Form #606, CDOT Form #714). * The successful vendor is required to sign a separate contract (a sample contract is included as a separate attachment.) The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B1600028. 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 BID NO #B1600028 Page 14 accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE DATE FAX TAX ID # E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 - 7. BID NO #B1600028 Page 15 SAMPLE WELD COUNTY AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & PROJECT NAME THIS AGREEMENT is made and entered into this day of , 201 , 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 , [an individual], [a limited liability partnership] [a limited liability company] [a corporation], who whose address is hereinafter referred to as "Contractor". WHEREAS, Weld County is in need of an LNG fueler, (hereinafter referred to as the "Project"), and WHEREAS, in the interests of public health, safety and welfare, it is necessary to undertake the fueling of fleet vehicles, and WHEREAS, County requires an independent contract construction professional to perform the construction services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Construction Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFP) as set forth in "Bid Package No. B1600025. The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibit A, which is attached hereto and incorporated herein by reference. Contractor shall coordinate with, the Weld County Director of Public Works or other designated supervisory personnel, (the "Manager"), to perform the BID NO #B1600028 Page 16 services described on attached Exhibits A and B. Contractor shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A & B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A & B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. However, nothing herein shall be construed as giving Contractor the right to provide materials (or services) under this Agreement beyond the time when such materials (or services) become unsatisfactory to the County. If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the materials which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 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. BID NO #B1600028 Page 17 Compensation/Contract Amount. Upon Contractor's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $ , which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. Any other provision of this Agreement notwithstanding, in no event shall County be liable for payment for services rendered and expenses incurred by Contractor under the terms of this Agreement for any amount in excess of the sum of the bid amount set forth in Exhibit B. Contactor acknowledges that any work it performs beyond that specifically authorized by County is performed at Contractor'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. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. Contractor shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to this Agreement. Contractor shall not have authorization, express or implied, to bind County to any agreement, liability or understanding, except as expressly set forth in this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of 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. Contractor 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 Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. BID NO #B1600028 Page 18 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction 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. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. Upon completion of the work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default 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 construction completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The 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 BID NO #B1600028 Page 19 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 Director of General Services 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 Contractor/Contract Professional. Contractor/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contractor/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 Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. Any modification to these requirements must be made in writing by Weld County. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. Indemnity: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contractor in its construction 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 Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's 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 Contractor or subcontractor is exempt under Colorado Workers' BID NO #B1600028 Page 20 Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) $ $ $ Statutory 500,000 500,000 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, and liability assumed under an insured contract. If applicable, the policy shall be endorsed to include 1) the Additional Insured Endorsements CG 2010 (or equivalent), 2) CG 2037 Additional Insured for products/completed operations, and 3) the Designated Construction Projects General Aggregate Endorsement CG 2503. The policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations" and 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 $50 000 any one fire; and $500,000 errors and omissions. $5,000 Medical payment one person Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk BID NO #B1600028 Page 21 Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. S ubcontractors: All subcontractors, subcontractors, independent Contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract P rofessional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. N on -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that 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, and 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, Elizabeth Relford, Transportation Manager, or 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. BID NO #B1600028 Page 22 Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Attn.: President, Address: Address: E-mail: Facsimile: With copy to: Name: Position: Address: Address: E-mail: Facsimile: County: Name: Position: Address: Address: E-mail: Facsimile: Elizabeth Relford Transportation Manager 1111 H Street, Greeley, CO 80631 PO Box 758 erelfordweldgov. com 970-304-6497 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. BID NO #B1600028 Page 23 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 Contractor's services and Contractor shall not employ any person having such known interests. During the term of this Agreement, Contractor 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 Contractor to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable 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 o riginal intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5- 102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work u nder this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work u nder this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the BID NO #B1600028 Page 24 public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24- 76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24- 76.5-103 prior to the effective date of the contract. 29. Official Engineering Publications_ Contractor acknowledges and agrees that the Colorado Department of Transportation "Standard Specifications for Road and Bridge Construction" and the Colorado Department of Transportation Standard Plans "M & S Standards" establish the requirements for all work performed by Contractor under this Agreement, and Contractor agrees to meet or exceed all standards set by these publications. Contractor further acknowledger and agrees that a failure to meet the standards set by these publications may result in withholding by County of some or all of the Contract Amount. 30. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 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. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the BID NO #B1600028 Page 25 eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits and , is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this day of 201 CONTRACTOR: • By: Name: Title: Date WELD COUNTY: ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Director of General Services BID NO #B1600028 Page 26 470 ORLEANS STREET I BEAUMONT I TX I 77 70? Table of Contents 1. RFI Letter of Intent 3 2. Stabilis Energy — Company Overview 5 3. Section I — Scope of Supply/Work 7 4. Section II — Cost Proposal 7 5. Section ID - Equipment Design 9 6. Section IV — Site Work 13 7. Section V — Site Plan 14 8. Section VI — Supply and Pricing 14 9. Section VII — Maintenance Plan 17 10. Section VIII — CDOT and Additional Forms 19 REP RESPONSE PREPARED FOR. WELD COUNTY 02/10/2016 Stabilis Energy is pleased to respond to Weld County's Request for Proposal (RFP) regarding the Turnkey Purchase, Installation, Commissioning & Operation of LNG Fueling Equipment in Weld County, CO. We appreciate the confidence you have shown in Stabilis and are enthusiastic about partnering with Weld County to expand the LNG market. We formed Stabilis to become the leading provider of LNG fuel production and support services in North America, and we believe we have made great strides towards achieving this goal since then. In February, 2015, we opened a 100,000 Gallon per Day (0.06 MTPA) LNG production plant in George West, TX, to serve the oilfield and industrial markets in the Eagle Ford Shale. This was the first small scale LNG plant built in the United States since 2008 and we are proud that it was completed on -time and on -budget. This plant supplements our national LNG infrastructure that has delivered over 19 million gallons of LNG fuel to our customers safely and cost effectively over the past three years. We are proud of the Stabilis team and believe that we have the best people in the LNG business. Our team has built and operated more small-scale LNG plants and delivered more LNG gallons to transportation customers than any other company. We believe that this complete LNG skill set is unique in the industry. We believe that Stabilis is uniquely positioned to partner with Shell on this project because of our: • Safety Focus — Stabilis shares Weld County's focus on safety and compliance and has an outstanding safety record in LNG plant operations, LNG transportation, and LNG field service support • Proven Success Providing LNG Transportation and Field Service — Stabilis has safely, reliably and cost effectively delivered millions of LNG gallons to customers in every major transportation end market • Experience Building New LNG Markets Stabilis is experienced building new LNG markets (oilfield, mining, rail, marine) and has the commercial and technical capabilities to succeed • Support from Dragon Products and ACT—Stabilis partners with its related companies to provide best - in -class cryogenic equipment manufacturing and support services • Entrepreneurial Culture — Stabilis offers a unique combination of world -class LNG capabilities with an entrepreneurial culture; we are nimble, flexible, candid, cost conscience, and understand risk Thank you for the opportunity to present our capabilities. Sincerely, �-o Alexine Hazarian Manager, Supply and Logistics Stabilis Energy Services LLC State of Incorporation: TX Page 2 of 20 RFP RESPONSE PREPARED FOR WELD COUNTY 02/10/2016 RFI Letter of Intent Stabilis is pleased to submit the following response to Weld County's RFP regarding the Turnkey Purchase, Installation, Commissioning & Operation of LNG Fueling Equipment in Weld County, CO. This equipment shall be located in the North Front Range Metropolitan Planning Organization (NFR MPO) 8 -hour ozone nonattainment boundary on Weld County property and is intended to be used by Public Works vehicles. Stabilis intends to provide a LNG mobile delivery system which will be installed and operational by June 1, 2016. The mobile fueler will meet the needs of a minimum of 9 LNG trucks which use on average 7,000 DGE annually. The station site can be unmanned and accessed by a card reader 24/7 for 365 days a year. Complete pricing for the installation and commissioning of the LNG mobile fueler is $220,500. The proposed equipment is a 6,000 LNG gallon nominal capacity double -walled, vacuum -insulated mobile delivery system optimized for LNG fueling deliveries. This system employs an electrical driven submerged pump. The system will meet the minimum allowable working pressure of 140 psig. The mobile LNG refueling system is designed as a self-contained unit. A natural gas powered engine generator (uses warmed vapor from the top of the 6K tank) produces 480 -volt / 3 -phase current. A transformer provides 110 volts for other systems. 24 and 12 -volt DC power are also used on this system. Estimated fuel pricing is based on a gallon of LNG at 3.49 pounds or 82,644 BTU. Accordingly, 1.667 LNG gallons provides the energy equivalent of 1 gallon of diesel fuel (DGE). Pricing is based on bulk deliveries of loads at the consuming location. The price per LNG gallon shall be determined as follows: Cost of Fuel and Freight plus $0.25 per LNG gallon. Cost of fuel will include (a) natural gas commodity cost calculated as index price as published by Inside FERC for Northwest Pipeline (Rockies) at the first of the month ($ per MMBtu) multiplied by a conversion factor of 0.082 and (b) liquefaction cost from supply source. Other costs include transportation and service fees. Pricing does not include taxes as Weld County is sales tax exempt. The breakdown of the projected cost is as follows: Cost per LNG Gallon Cost per DGE Commodity $0.18 $0.30 Liquefaction $0.35 $0.58 Transportation $0.25 $0.42 Stabilis Service Fee $0.25 $0.42 Taxes $0.00 $0.00 Excise Tax Incentive $0.00 0.00 Total $1.03 $1.72 Deliveries are expected to take place every ten to twelve days based on the projected demand. Deliveries will be made by trained and insured LNG operators. As Stabilis Energy is currently providing LNG to Weld County and other Weld County customers, we will continue to utilize our strong network of supply and logistics contracts to ensure we have timely deliveries. In addition, we can offer remote monitoring to streamline the order process for Weld County. Page 3 of 20 REP RESPONSE ='RFPARED FOR WELD COUNTY 02/10/2016 Stabilis is highly confident in its ability to provide the safest and highest quality equipment and service. Additional details which demonstrate how the project will be a complete design/build turnkey operation on Weld County's property are provided in the body of the document. Thank you for your consideration. Page 4 of 20 REP RESPONSE PREPARED FOR WED COUNTY 02110/2016 Stabitis Energy - Company Overview Who we are Stabilis Energy is a leading provider of LNG fuel, equipment, and services for high horsepower markets including oil and gas, mining, rail, over -the -road, industrial, and marine. As a turnkey solutions provider, we own and operate LNG infrastructure (including production facilities and cryogenic rolling stock assets), provide transportation and logistics services, and offer field service support for equipment operation. Safety is a core value at Stabilis. We routinely perform work for customers with the most demanding safety and environmental standards in multiple industries. We provide rigorous training our employees and contractors on proper processes and procedures for all cryogenic activities. Our goal is to maintain our record of zero safety incidents and we believe that with a strong safety culture and the proper support we can achieve this goal. Stas CORE VALUES CANDOR 11n'iltered. timely, assessment and co:1rnuruc;tIOil that acknowledges rea;ity CUSTOMER DRIVEN Make sure EVERY task is focused on delivering for our customer. ENTREPRENEURSHIP "Every Day a Better Way taking ownership championing, self starting 1.R •f E• Y AND Y ro COMPLIANCE {$ EXECUTION Timely consistent quality task completion without undue pushback In addition to Safety and Compliance, our core values include Candor, Entrepreneurship, Execution, and Customer Driven behavior. We believe that by focusing on these core values together we can achieve the best results for our customers, our partners, and our company. Page 5 of 20 RE RESPONSE PREPARED FOR WELD COUNTY 02/10/2016 LNG Distribution and Service Stabilis has delivered more than 19 million LNG gallons and provided more than 5,000 on -time fuel deliveries to customers in multiple industries over the last three years. Our large cryogenic fleet and network of supply sources allow us to provide turn -key LNG solutions to almost any customer nationwide. Stabilis owns and operates a fleet of 65 cryogenic delivery, storage, and regasification units. We have a trained field service staff (10) that is supported by an internal engineering and support team. Stabilis also has a fleet of LNG powered Class 8 trucks (10) and drivers to provide transportation services. Stabilis has a centralized operations support enter that monitors equipment, flow rates, pressure and tank volumes remotely through Stabilis' custom SCADA system. Our unique monitoring program was built with safety as a priority and allows us to provide customers valuable data quickly and efficiently, every day. Stabilis has LNG supply agreements with 15 LNG producers across the country to ensure that we can provide LNG fuel anywhere in the U.S. whenever it is needed. Our established contracts and long-term relationships insure access to fuel at economically attractive rates. Page 6 of 20 1\ RFP RESPONSE PREPARED FOR WELD COUNTY 02/10/2016 Section I - Scope of Supply/Work Equipment and Material Stabilis will provide the following equipment and material: 1. A single LNG Mobile Fueling Station as described in Section III of this document. The mobile fueler will be hauled to site, located properly and connected to the electrical power supply. 2. All material and labor to supply electrical power from the line side of the three-phase electrical transformer (provided by others), to the mobile fueler location as indicated on the drawing in Section V. Construction For Stabilis and its subcontractor, Tarpon Energy Services LLC, the extent of the construction on site will be limited to above ground and underground electrical work to power the mobile fueler. The electrical scope of work is described in Section V below. Permitting Being that Stabilis will not own the equipment and will not be the property owner where the mobile fueler is to be located, Stabilis takes exception to any permitting needed for the project. Stabilis will support Weld County throughout the permitting process with our extensive technical and educational expertise. Safety Management (^'2 weeks) Stabilis and its chosen contractors are all dedicated to safety as the first and most important priority of any project. The Stabilis Project Manager will use applicable rules and regulations as a guide for the project. The project manager will include the specific applications of the Code of Safe Practices, the Injury and Illness Prevention Program, the Vehicle Policy and the Job Site Establishment Sections; as appropriate to educate team members in the safety risks and concerns associated with the project. Commissioning and Training ("'2 weeks) The commissioning phase of the project will be relatively short. The plan is to begin pre -commissioning activities and continue right into the equipment start-up. At this point the equipment will be ready for continuous service. Section II Cost Proposal Cost Proposal for Mobile Fueling System: Stabilis Scope of Work LNG Mobile Fueling Station Mobile Fueling Equipment Equipment Card Reader (optional*) Electrical (from transformer to equipment) Freight Total LNG Mobile Fueling Station Page 7 of 20 5 5 5 5 170,000 15,000 30,000 5,500 220,500 REP RESPONSE PREPARED FOR V E W COUNTY 1)7/10/2016 *The proposed equipment is equipped with a card reader which is capable of processing transactions with a PIN. If Weld County desires to make the card reader compatible with the GasBoy system, the cost is as indicated. The cost or scope does not include programming or interface into the Weld County system. Construction materials and electrical work will not be funded or completed by Stabilis. The following are estimated costs for construction and electrical work that are associated with this project: Construction Materials and Electrical (Out of Stabilis Scope) Reinforced Concrete Slab Concrete Barrier Chain Link Fence- 72" w Barbed Wire Top Chain Link Gates 28" Wide Double Gates Erosion Control Items Aggregate Base Course- Class 6 Portland Cement- Type II Hot Mix Asphalt Grade S PG64-22 38"x24" HERCP Culvert 23"x14" HERCP Culvert 23"x14" HERCP End Sections Construction Labor Total Construction Materials Total Electrical (Poudre to Transformer) S 5 S S S S 38,920 19,200 40,250 6,000 10,000 40,000 41,250 92,000 8,400 13,000 3,200 Weld Expense $ 312,220 $ 47,000 TOTAL Construction Materials and Electrical $ 359,220 Itemized Cost to Maintain the System for Three Years Depending on the level of service Weld selects for maintenance, Stabilis can provide daily to annual maintenance on the equipment. Stabilis has local field technicians that can respond to Weld County's needs safely and quickly. In addition, Weld County will need to subscribe to a Cellular Communication Data Plan in order to retrieve the fueling data from the system. Nks: in ;c n nce P an Estimated Hours Expected Downtime Cost Total Annual Total (hours) Daily Inspections and Maintenance Cellular Communication Data Plan (monthly) Weekly (or more often if needed) Inspections and Maintenance Monthly to Quarterly Inspections and Maintenance as Required As Required Maintenance Annual or as Required Inspections and Maintenance Page 8 of 20 2 $ 125 $ $ 40 $ 2 $ 125 $ 4 $ 125 $ 2 $ 12.5 $ 250 12 250 500 250 15 $ 125 $ 1,875 91,250 4,380 13,000 6,000 if no issues 0 0.5 as Dependent on issue 0 hours to 3 weeks (for pressure test needed every 5 years) RPP RESPONSE 2REPARED FOR WELD COUNTY 02/10/2016 Section III — Equipment Design System Description Detailed Description of LNG System The mobile LNG refueling system is designed as a self-contained unit. The mobile fueler is designed to meet the needs of a minimum of 9 LNG trucks which use on average 7,000 DGE annually. The station site can be unmanned and accessed by a card reader 24/7 for 365 days a year. t eta Mobile liquid natural gas fueling unit List of Individual Equipment Components A detailed description of all components can be found in the attached operating manual. Cut Sheets of Equipment Cut sheets for all components can be found in the appendix of the operating manual. Below are the General Arrangement and Piping Schematic drawings. Page 9 of 20 Stabilis RFP RESPONSE PREPARED FOR WELD COUNTY "if •i. lir General Arrangement Drawing N ♦ 'Lt. mac Mean. ars DA own MIMI Mh tlmGS tar oriel Leto GROG MTW FROM: - S t 4!G rearri frowstribi OECD"ta1itt say 4ic Vst*t f £ Mi asp (�1<1As�i [is a tM(• n s 3 matt PO to ant WS 1rK�A�M ant PR Sy% iltillari Iwia f away • • nut ' IV oat• f5• �st +a+r ea _ wa en a . tutiOmot WIPELACOLAO WALL sea 4 'tC i%LKS Valk; it MILMOPttO ►1 et at UP 0,4 i/'! t)'9 Om timbre zaia et .. ' `" JAR w tat is eno��asasa Mw1 $4 �K S a rrai fl S taw "` _ Page 10 of 20 CRYOGENIC VESSEL ALTERNATIVES est t --m ■ I at MS. It MM GENERAL ARRANGEMENT tvw-6u - I75-LNG-LLEc -sot "GA -121410 set Stabilis ENING RFP RESPONSE PREPARED FOR WE:.D COUNTY 02/10/2016 Piping Schematic I 1. Witt - .+w....,— • SW IttiStaria w w.. Sent •Wt IS re MS_ Sat M w-rM sa Mt .. Soo, PM MM--_ 1st ass •••.' r -lI s tema ._wP.f Ss. w • .� ea Se %al SSP r. map i _ —3d sv-I; PIPING SCHEMATIC Automated LNG Mobile Fueling System +- Electric External On -Load Pump Optional 6K- 175-LNG-ELEC-IFS RcO-1 ri-I rrw-I v-7 frI' 3 • - 1 I SMst•• Mai O 17�.... 1 E I Kira sv-2 1.215v -s �a `-- r+C-7 111 Itio-i 1 J VV-t.e-• TC+1 TV -I Page 11 of 20 v -se }o+ s v-1 = HC -.11 -40$.0-2141=--- a v -I 11V-4 'a v«•4111C-2 CV -7 a- ST+1 -• ,z•=13 l -v-'-e I 1 --•t,1 MC al. J t 1 OStt ser to raeI On -tad hrals v -al cvr.,e. 4. - - A. - HC-• .e P$e4 SAT- I r...11~ 4.a bV-4 Os 1a --*III Si - er_i V-17 LEGEND a.i"ass•c•c,;1.yr.'s11i97 %y_:arms a•Int ] � �1`�� yrf •I�1 R ��-.. �.t.-�.�i �>�C3 rir V-- Una IMINECT-717e -Ili 7'1 sMIMMIN711 r • no !a�.r �� s_ 1••�` 7 Canal NOLL t it �n' iCm7i ag ' a j; s . w 4."1 77 rIMI .. . sir C.. ='r't'; lr SivaMr= am A.,' \at ail IS -al r t% 1St 11:Lirt". SEMI ' �"' e -' . t . a� neon letv'L�- s ,. >r j .. • , ' , •.. , s -v7; •" I taro 7ffa • • ' I '1s7 . lI L. III .r.11:/.:1 ..�>w�S�TT►r — * "r '-w ` , -' s ` 7 'y- -,�• +►, 7rISM I[ZSI�l_la;_. A • '�:i�' I_�as MAC. a� '!SJ W AID ,Kat 111 A**f 1.i=�'�� • _VA � • •r i, ' a . x. :cam i 7 ► n-ni s T. r-rtrrt s caiw■1 . -In' •a;� resin t"Tr::c - •r Tyr �-� it :Mt All :T ' _ }� ; '''a a ir_:■T' i.'ni { — I ••---•t) He -0 I -:3 ---a.r.SS-J $V-7 :7-I1 V+12 .- per 4 :Icy seen ' CV- 11 sits ran Ns -2 iC-4 Stabilis REP RESPONSE PREPARED FOR WELD COUNTY 02/10/2016 Natural Gas Delivery System The mobile LNG refueling system is designed as a self-contained unit. The double walled, vacuum insulated construction of the LNG vessel is inherently more robust than the equivalent design for transport of other liquid fuels. The refueling system is electronically controlled and designed with many smart features to assist with not only the operation of, but also with trouble shooting of electronic circuits and equipment and for other piping and system circuits. The Programmable Logic Controller (PLC) / Panel View will alert you to many issues, as will the Variable Frequency Drive (VFD). With recommended maintenance, life expectancy for most components is up to twenty (20) years. Electrical System Redundancy A natural gas powered engine generator (uses warmed vapor from the top of the 6K tank) produces 480 - volt/ 3 -phase current. A transformer provides 110 volts for other systems. 24 and 12 -volt DC power are also used on this system. Kohler 30 KW, GM engine, natural gas powered, 480 -volt, 3 -Phase Generator on King -Pin deck Card Reader Dispenser The card reader dispenser incorporates a backlit LCD point -of -sale display for the fuel unit price, equivalent gallons and total amount of fuel dispensed. The dispenser's display provides full visibility both day and night. Capacity and Working Pressure The LNG mobile fueler has a gross capacity of 6,000 gallons and a Maximum Allowable Working Pressure (MAWP) of 175 PSIG. The LNG dispensing pump is mounted internal to the tank and dispenses fuel at LNG at a rate of 40 gallons per minute (GPM) and a pressure up to 140 PS1G. Page 12 of 20 RFP RESPONSE PREPARED FOR WELD COUNTY 02/10/2016 Section V — Site Work Stabilis Energy is proposing to supply a mobile LNG refueling system which is designed as a self-contained unit with a natural gas generator which can be used for primary or back-up power. Stabilis wishes to partner with Weld County who would provide all the labor and materials necessary to complete the site work. Stabilis would be responsible for the electrical scope described below. General • 8 hours per day on site • Supervision • Travel time • Standard Tarpon QA/QC documentation Electrical Main • Supply and install new conduit as per Stabilis Drawing File Number DJ -MDR -A-7100 • Conduit run is 350' max (RMC-PVC) • Wire increased to four (4) #1AWG THWN (or equal rated for underground) and one (1) #6 Ground • Conduit is 2" RMC-PVC • All metering and disconnects • Disconnects and metering will be 100 amp rated and all 480 volts AC • Meter and fused disconnect will be located near public service transformer • Power Rack with non -fused disconnect will be located near loadout station • All equipment is quoted as non -classified • Power cord to skid • Power cord to skid is via SOOW cord and limited to 50' total • 20' of #2 bare ground included for grounding of LNG Skid • 2 ground rods included for grounding of LNG skid • 2 bond points with mechanical lugs included for grounding LNG skid • 340' of underground included General Clarifications • Installations will conform to manufactures recommendations or best trade practices • Overtime hours in this proposal • All underground will be completed after grading, but prior to road material and prior to any concrete pads being poured • Concrete at roadway is limited to 15' across road and includes red dye • All backfill will come from removed material Exclusions to Electrical Scope of Supply • Startup assistant and commissioning • Full time safety personnel • All Power, transformers, pads, misc. for public service utility power or equipment Page 13 of 20 RFP RESPONSE PREPARED FOR• WELD COUNTY 02/10/2016 Section VI — Site Plan See attachment to email for 11" x 17" layout Isla Po Oeme L owe — ter_` .0004. 547. WELD cOvsn / LK ?MING art 1 .or la 4 SW. Mk.la i Section VI — Supply and Pricing t ea o rs to►pus tents; Stabilis desires to enter into a three-year fuel and equipment maintenance agreement to be reviewed annually. Supply Sources Stabilis has LNG supply agreements with 15 LNG producers across the country to ensure that we can provide LNG fuel anywhere in the U.S. whenever it is needed. Our established contracts and long-term relationships insure access to fuel at economically attractive rates. When physically and economically available, Stabilis will utilize Weld County LNG fuel unless some extenuating circumstance cannot allow for it. Below are the current supply sources in the Rocky Mountain region that serve our current Weld County customer. Stabilis and its predecessor Encana Natural Gas Inc. has been continuously supplying the Rocky Mountain region with up to 6 loads per day for three years. Based on the proposed demand for the nine vehicles, we anticipate that the re -filling schedule will be once every ten to twelve days. Deliveries will be made by trained and insured LNG operators. Page 14 of 20 Stabilis RFP RESPONSE PREPARED FOR WELD COUNTY 02/10/2016 01 Painter Plant Keota Plant WWiants Plant NBGeorge West Plant a Third Party Supply +R transacts Areas * Statsilts Caporal ()dices !RAIN US (Oft ant N1IA& Pricing Estimated fuel pricing is based on a gallon of LNG at 3.49 pounds or 82,644 BTU. Accordingly, 1.667 LNG gallons provides the energy equivalent of 1 gallon of diesel fuel (DGE). Pricing is based on bulk deliveries of loads at the consuming location. The price per LNG gallon shall be determined as follows: Cost of Fuel and Freight plus $0.25 per LNG gallon. Cost of fuel will include (a) natural gas commodity cost calculated as index price as published by Inside FERC for Northwest Pipeline (Rockies) at the first of the month ($ per MMBtu) multiplied by a conversion factor of 0.082 and (b) liquefaction cost from supply source. Other costs include transportation and service fees. Pricing does not include taxes as Weld County is sales tax exempt. The breakdown of the projected cost is as follows: The breakdown of the projected cost is as follows: Cost per LNG Gallon Cost per DGE Commodity $0.18 $0.30 Liquefaction $0.35 _ $0.58 Transportation $0.25 $0.42 $0.42 Stabilis Service Fee $0.25 Taxes $0.00 $0.00 Excise Tax Incentive $0.00 $0.00 Total $1.03 $1.72 Service and Maintenance Stabilis will make a technician available to provide support, maintenance and service to the LNG equipment on an on -call basis. The loaded labor rate for a technician is $125 per hour plus actual expenses. Page 15 of 20 RFP RESPONSE PREPARED FOR WELD COUNTY 02/10/2016 Remote Monitoring Stabilis can also provide the necessary equipment to remotely monitor the LNG tank level and can manage the LNG inventories remotely at an additional fee. In the event that remote monitoring is not desired, Stabilis requests forty-eight (48) hours in advance for LNG procurement. Page 16 of 20 RCP RESPONSE PREPARED FOR WELD COUNTY 02/10/2016 Section VI — Maintenance Plan Daily Inspections and Maintenance 1. Perform standard DOT operator inspection of vehicle and delivery system. 2. Check oil and coolant level in generator. 3. Open the two vent stack drain valve (1/4" needle valves located at the rear control area) to drain any moisture from the vent stacks. 4. Pull the cables on the air tanks drain plugs to drain any water from the air tanks. Note: The air tanks are located under the front of the trailer where the King Pin deck transitions down to the dropped deck. 5. Open the water drain valves (one at each corner of the impoundment) to allow any water in the impoundment area to drain. 6. Inspect piping and valves for visible signs of leaks, e.g. frost. 7. Inspect nozzles and receptacles. 8. Inspect hoses. 9. Check trailer tire air pressure and tire condition. Weekly (or more often if needed) Inspections and Maintenance 1. Inspect manway on top of tank for leaks. Note there are inner and outer vessel manways. A lift plate is designed into the outer lift plate to relief pressure should there ever be a leak on the seal of the inner manway. 2. Leak check rear piping, saturation piping from rear to front saturation vaporizer, the pump's electrical pass -through at the front, and the front pressure gauge and fuel line to the engine. 3. Check tension on drive belt on air compressor, alignment and check for wear. 4. Check static drag strap and adjust length as needed due to wear so that it stays in contact with the ground. 5. Check fan belt tension on engine. 6. Check air dryer is functioning properly and maintain per manufacturer's manual guidelines. 7. Test E -Stop buttons. 8. Inspect fire extinguishers. 9. Inspect condition of rubber bladders on air actuated valves. Monthly to Quarterly Inspections and Maintenance as Required 1. Check air dryer is operating correctly. 2. Test methane detectors every 90 days using a calibrated bottle of methane gas following manufacturer's guidelines. (see guidelines in appendices) 3. Replace seal in fill nozzle. As Required Maintenance 1. Replace engine air filter. 2. Change engine oil and replace oil filter, as per engine manufacturer's guidelines (see appendix). 3. Check engine fuel filter as per engine manufacturer's requirements. 4. Clean battery posts and cables. S. Replace burnt out lighting elements. Page 17 of 20 RR RESPONSE PREPARED FOR iiiviEI D COUNTY 02/10/2016 6. Leak check piping and valves using leak detection solution (open valves manually using the valve control electronic display screen). Leak check manways. 7. Leak check the two in -line electrical pass -through fittings that allow the electrical leads form the submerged pump inside the tank to exit the pressure vessel. Annual or as Required Inspections and Maintenance 1. Prep and touch up paint where needed_ 2. Calibrate flow meter system. 3. Check calibration on pressure gauges and Liquid Level gauge, differential pressure transducer, pressure transducers, pressure switches, RID. 4. Verify fuel pressure regulator, verify pressure is per engine manufacturer requirements. S. Replace fuel filter as recommended by generator engine manufacturer (see that manual). 6. Take to DOT registered facility for annual and multi -year inspections as required (visual, pressure, relief valves, etc.). 7. Measure vacuum only if you have reason to believe you have a problem with the vacuum, i.e. rising tank pressure and condensation on tank when there is no condensation on other metal surfaces. Estimated Expected Downtime Maintenance Plan Hours Cost Total Annual Total (hours) Daily Inspections and Maintenance Weekly (or more often if needed) Inspections and Maintenance Monthly to Quarterly Inspections and Maintenance as Required As Required Maintenance Annual or as Required Inspections and Maintenance Page 18 of 20 2 I 4 2 125 125 125 125 $ 250 $ $ 250 $ $ 500 $ $ 250 15 $ 125 $ 1,875 91,250 13,000 6,000 o if no issues 0.5 Qs Dependent on issue 0 hours to 3 weeks (for pressure test needed every 5 years) Stabilis �w��a REP RESPONSE PREPARED FOR. WELD COUNTY 02/10/2016 Section VIII — CDOT and Additional Forms The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B1600028. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM _Stabilis Energy Service LLC BY Alexine Hazarian (Please print) BUSINESS ADDRESS 470 Orleans St, 7t' Floor DATE _February 10, 2016 CITY, STATE, ZIP CODE Beaumont, TX 77701 TELEPHONE NO _(312) 953-0954 FAX TAX ID # 46-2023721 SIGNATURE E-MAIL alexine.hazarian@stabilisenergy.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. Page 19 of 20 Stabilis 'KING RFP RESPONSE PREPARED FOR EL 1) COUNTY J�r 1 0 ,10, {6 1. .S V/ , V V - \l IRS Form W-9 an W-9 fWe Daritar).:11 noteretri et is Tan term! honing Swat Request for Taxpayer identification Number and Certification Give Fenn to the requester Co not field to the 1R5. ejI Stabiles Energy Services tLC Baal :ilrf atSig Dig irtlre Aria ;1 V teat n r, ONO e 's E E s kern I,hit sc +sir err 1vu uta*+a u• 'Val : Stabiles Energy Lt.C Cnec• erne tos %can, 444 t- r> telsonstaals tretriat . O c tia% O S Craven Li Pvtrervt:u O :rusiggiam a fatted liatiast tre3sttt E 1* Its sea tee SC* !C-£ t liGeltu" 5.9 00,1041101 enrattn.eltei CU e sus leer citNa) C 1ereas innate stnt axe miar tas na 470 ORLEANS. ?tit Pica CAA Ca Lcd BP ocXse BEAUMONT, TX 77701 nal _ Ellie )+Csa T1,1 ,r% 1f s app t aolr, bait The TiN p*tOs4tl.K1 flsS 0141411 r r AMP' Ott Ott r./ "tiMtt i' ant 10 17411:113113110 strI:raddtdtt7Q, rot M>,tUals. Ma a yc&e scold stexatto Hatt ISSN SVNeVer fbr a rSden atact aM pup.•reor. A c rrnadea catty see tr. Part I sit'. csiarn an page 3 Far Mir astil At, it is yoga' .refer ,uertfiicati i number , this $ you eta net tern r nss h ere rive to set . 11V co pea 1 Nuts If rho art t:s In mom true one na'n thi titan OM NOS 4 ittgadanisi an %t su parts to erne antase t rernimi mars .cgi O E. trout Perla P•rus 'ir a rams ra sus rn_tetuit Weld County, Colorado 1150 0 Street &racy. CO $0631 a Taxpayer Identification Number (TiN) tTr 'mot. EEM r trsas► idantet>spmn name 2 { 0 2 3 I 7 2 t Urder penalties at Pelt"' I affihr tut t Tha oats Mean ors trit loan Is my c ran tcepai'at etantilesefien Juntas tot 1 am *WIN* reireer to tit issued to mt". aret I am Itol Sails to t..aelruap srr ng rs.t (al 1 awn asarcA *WI t h° attt'e king. at rj I hint! rr4 tin" r cfrSd day tee MP bl Mrien re Service MS) the I am subject to =fag vrdnhaktrsp a a result eat a tat* to rep= at WNW er d1 Wards, w WItrig iRS ell* :VOW me that 1 sin na a:nen sepia to backup wthnta try, aro 3 1 am a U S. ciflzan er caw U.S parlors'manse blta+•1. tam inst>ructiona. I►,ciu nvat WOO as CO team 2 0)4%e t y4a have teen motets t?y We ill,$ flu you are wrr aubpet to DZk.p wtttittddav tx+ ss you halm tibo to rscttit at 1ttrern 2114 Oaklanas at vas tax ratan For Iasi Mealy t:Wsatsctkuts, him 2 dace to aply for mo►rt Mirrest pact acaisztlat at ftMruses net al a.eu' 1 property oarcrssettaet d data contrtiattone its ah tit+ctid relres aettt arranritunt 41i4 fl generatty. Daynwin talSter Man rellerait Ira tivklards. tcc are r - ca mums to sign tut eortituiort al you run ;retires ler auvriCt TIN Set tPe iltt tet.rCti3ffs on 4. Sign Here RAO,* al 'at person. General Instructions 144-1 3tgliamp i ttterenees we to she Int erruti revenue Ccce uiens aratvvSsa n+uie+ei. Purpose of Form A person wr v el restored 10 Ne a!'1 tenon rams via the IRS mutt twain you carats tarpaper iaan,tk catr..s numbs( (TIN en "alt rot e•an1*, rd to scut mat asiate transarsierts, mos'tps hats! you pat. *a si1cCr or amoaccrinert et stewed preperty matters rs ai ritS1, tr teallittbuilent You rode to are ltV use Ryrn W.5 oat, sir yc,u wa a U.S person tirtisSerg ♦ +..w0+01 m 1. to tide ttear =erect TIN to the Weser molesting it rite npuettel anal ate% stiptcathettCc 1 Cerhtr Chet the TIN you to Chirp re correct Or tau srte sating ter a natter to tita Stu* 2 Cdrtflr Mal fan be Mt livtpc1 ttY Dn xtep aic?ttaktrg, Or 3 Claim exerrTtian ?torn wets+t: latIttclorsa d you an a U S extra oaye. tl acciikoott,' vu *re tiab canasta* no as a u3. Drum. rout alixt ilen ai art parino?tritt inacr-�e tern a U S rasa Cr is zinasu 4 rGt seAleg to the lettaldng tats Cn larerin miners tare o4 teem* Ct»4cial sflXrt e. a to 114 Notts. ti a molester gives you as Lrm otriw ran Van W'S to MUM Fe" TIN You ma sa erg twgytsitit's tent, Ibis ►s trotrucfSStr hatter to the Fce; i'N 9 Dafta$on st a U.S. permit Fa tote ua sxrptstn% you we cawdvved a U.& petsx ct you ate: • Aft rho is a U S. ewers or U5 ,ersuSwt Slat\ • A partrtantr o =mar-Altai,=mum, tr Mucci !ion cra►s hid a arvirtti t in the Untied Stales 0 under the Oat c fl Um= Stairs • Ni estate (ether than a h ngsi erstniaj, tr • A Cotrsteste atimi WO Maned sin f egi atom sec, tan 3D T .FTQM T� Special rules tar parUrtr dt ps. Puvrsttps trw etch 1 a t aaa a e n in Ste Weed wt ; ee se pTeraty reg 'ed to an a Mutttoi:lag w do AN f w$n pannwn tea of anon: Iron a cii barest Fursat n eerie n cases *nee a form W 8 has net men r,$i.+rc1 rE Paet'Ww4¢ d etgistAid to annum, rct a acme it a tartost Dncn, ants pet the ether ass roc. Translate • +f }tut ales ♦ 11 S person +Mm • piano in a pirireshn cand►t:ting a try or bushnscs n fret tkiW Sts, prasicla Fans w.g to t1Ma partaneto to sstsitfsr; }w tt S elate led staid viitteking Dn y .r sham et Ant nvtIp sicoers Cat to 104.•311 Page 20 of 20 tats, faptit*• jlt) Hello