Loading...
HomeMy WebLinkAbout20162189.tiffRESOLUTION RE: APPROVE AGREEMENT FOR CNG FUEL SITE MAINTENANCE AND AUTHORIZE CHAIR TO SIGN - WARD ALTERNATIVE ENERGY, 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 CNG Fuel Site Maintenance 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 Buildings and Grounds, and Ward Alternative Energy, LLC, commencing upon execution, with further terms and conditions being as stated in said agreement, 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 CNG Fuel Site Maintenance 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 Buildings and Grounds, and Ward Alternative Energy, 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 11th day of July, A.D., 2016. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ATTEST: djatic i $ , 49;&k. Weld County Clerk to the Board BY: uty Clerk to the Board AOVE nty"s ttorney teve Moreno Date of signature: 71 9a / c7- ot(o 11144..t Mike Freeman, Chair Sean P. Conway, Pro-Tem Cc: bco CZT / SG), twCtlnuJ I RE., my J, 0-eet- if t- if95/ otCo 2016-2189 BG0018 WELD COUNTY AGREEMENT FOR SERVICES BETWEEN WELD COUNTY & WARD ALTERNATIVE ENERGY, LLC CNG FUEL SITE MAINTENANCE THIS AGREEMENT is made and entered into this 1-3 day of uhe . 2014 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 1 150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County." and Ward Alternative Energy, EEC, who whose address is 215 W. Oak Street Suite 1000, Fort Collins, CO 80521, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit 13: 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: I. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B. each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement. including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. #B1600099. The REP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement 2016-2189 by County. and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $14,400.00 per year, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County. or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement. County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution. Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers. agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. Ail work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However. Contractor is advised that as a public entity.. Weld County must comply with the provisions of C.R.S. 24-72-201. et seq.. with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty, Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement. or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives. employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall. without additional compensation, promptly remedy and correct any errors. omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term ofany Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute. and Employer's Liability' Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act.. AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence: $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1.000,000 Personal Advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000.000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage. in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law. the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any hooks, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God. fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work. its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as. Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Ward Alternative Energy. LLC Attn.: Patti Floyd, Controller Address: 215 W. Oak Street Suite 1000 Address: Fort Collins, CO 8052I E-mail: beau@wardenergy.com Facsimile: (970) 449-4637 Telephone: (970) 449 4632 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1 105 H Street. Greeley, CO 80632 Address: PO Box 758 E-mail: ttaviorrdweldgov.com Facsimile: 970.304.6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend tends not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-10I et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement. shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ' or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation. undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract. affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq.. County. may terminate this Agreement for breach, and if so terminated, Contractor shall be liable liar actual and consequential damates. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County' and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements. oral or written, and any' other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this /y day of 49 id, ,201/O CONTRACTOR: Ward Alternative Energy,I� By: Name Title: Cr} C} ( Date WELD G LO'� ATTEST: BOARD OF COUNTY COMMISSIONERS Wel. . my Clerk to the :oard WELD COUNTY, COLORADO BY. Deputy CI rk to the B APPROVED AS TO FUN Controller A"ROVED County Attorney ike Freeman, Chair 2016 JUL 11 PROVED AS TO SUBSTANCE: partment,Head Director of General Services BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO oZoa-oZl�� REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: APRIL 27, 2016 BID NUMBER: #B1600099 DESCRIPTION: CNG FUEL SITE MAINTENANCE DEPARTMENT: BUILDINGS & GROUNDS DEPT MANDATORY PRE-BIDBID CONFERENCE DATE: 5/11/16 @ 10:00 AM BID OPENING DATE: 5/25/16 @ 10:00 AM 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 the following: CNG FUEL SITE MAINTENANCE (1 -year contract with two possible renewals) A mandatory pre -bid conference will be held on Wednesday, May 11, 2016 at 10:00 AM, at the Weld County CNG Fueling Site located at 1113 H -Street Greeley, CO. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit Bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: Wednesday, May 25, 2016 at 10:00 (WELD COUNTY PURCHASING TIME CLOCK). PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find 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 Mountain E -Purchasing System (BidNet®) 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: bid s @ 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 BID REQUEST #61600099 Page 1 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 be 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. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of General Services for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County 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. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the BID REQUEST #61600099 Page 2 Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. 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 BID REQUEST #61600099 Page 3 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 contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. BID REQUEST #B1600099 Page 4 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. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. BID REQUEST #61600099 Page 5 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. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. BID REQUEST #B1600099 Page 6 6. INSURANCE REQUIREMENTS General Requirements: Successful bidders must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A"VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County 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. Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: BID REQUEST #B1600099 Page 7 Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Successful bidders shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. 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. Successful bidder shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #61600099 Page 8 DESCRIPTION This bid is to obtain a maintenance contract for our new Compressed Natural Gas (CNG) Fueling station. Bidders must show that they have had a least three (3) years' experience in commercial CNG fuel site maintenance and repair. This bid is for one year term with the County's option for renewal for additional three terms evaluated each year. The CNG station is located at 1113 H -Street, Greeley, CO 80632. The system installed is ANGI system. Vendor must be certified on ANGI CNG systems and must provide proof of certification with bid submittal. The system consists of the following major components: 1. ANGI NG50E Compressor (Two each) 2. Compressor Control Panel using XLE Control Software Version 2.52 3. PLC based equipment controller 4. ANGI 3 — Bank Priority Panel 5. ANGI Series II Dispenser 6. Natural Gas Dryer 7. Storage spheres/cylinders 8. Associated plumbing, valves, electrical, etc. SCOPE 1. This bid should provide three costs associated with the maintenance of the CNG facility: a. Provide the annual cost to perform the basic service which consists of both MONTHLY and ROUTINE SERVICE detailed in this bid b. Provide the time & labor cost in per hour increments to perform additional maintenance/repairs. Proposal must detail if there is a minimum number of hours, when time starts, overtime costs, after- hours costs, etc.) c. Provide the costs, fees or percentage of mark up of materials needed to support repairs 2. GENERAL. a. 6 month compressor oil/filter change and 12 month compressor oil change with an annual inspection b. The Contractor must follow all OSHA safety standards while performing this work. This also includes the proper use of "lock out tag out" c. The Contractor shall check in and check out with Buildings and Grounds maintenance staff at the facility for each site visit d. The Contractor will clean their work areas before leaving the site e. Material/Workmanship. All material used for this project shall be provided by the Contractor unless specified otherwise, and shall be new, unused and of first or Original Equipment Manufacturer (OEM) quality. Workmanship shall be at least equivalent to acceptable standards practiced within the CNG compressor industry for similar projects f. Contractor must have a laptop PC with cables and software necessary to connect to the stations' and dispensers' controller boards; for the purpose of reinstalling programming when boards are replaced g. Contractor shall have at least two (2) technicians able to comply with the requirements herein. Further, technicians shall be skilled in reading Piping and Instrumentation Diagrams (P&IDs) and Electrical Schematics, debugging electrical control systems, and the proper use of specialized tools required by certifying manufacturers BID REQUEST #B1600099 Page 9 h. Contractor shall provide documentation indicating all required training and certifications, and/or any narrative supporting why such documentation is not necessary and/or available 3. MONTHLY. Basic Monthly Preventative Maintenance/Service site visits will involve: a. General walk-thru and visual equipment inspection b. Check for leaks tighten/repair as necessary c. Check all fluid levels, dispensers, electrical components d. Supply & maintain a service/inspection log e. Check crankcase oil levels and re -fill as necessary f. Verify standby mode of controller g. Check and drain inlet scrubber/vapor recovery tank and check recovery system as required h. Inspect for general condition of station and log findings i. Start both compressors at least monthly, and log all operating pressures and temperatures under full load. Coordinate any fueling needs in advance with Buildings & Grounds to allow system start j. Check control operations, including control -stop and control -start pressures k. Drain any manual inlet and discharge gas filters; check differential pressure gauge(s); and replace filter cartridges as required I. Log fluid amounts added and drained m. Log station operating conditions, including compressor hours, electric meter reading, gas meter reading, pressure, and temperature readings (interstage and discharge) while running n. Inspect buffer vessels, valves and fittings for leaks, and check relief valves, vent lines vent weep holes for blockage o. Inspect dispenser hoses and nozzles for wear, cracking, etc. p. Drain dryer filters / condensates 4. ROUTINE SERVICES. In addition to the above services, the following will be provided at the intervals indicated and shall be part of the "Routine Service Visits" at no extra cost and shall include parts & labor (update requirements and frequency per manufacturers' published intervals) a. Check operation of indicator lights/annunciator display and all safety shutdowns (quarterly) b. Drain condensate from buffer vessels (quarterly) c. For cylinders rated greater than 3500 psi, remove cylinder heads and check cylinder for oil presence to verify lubrication is adequate. (every 6 months) d. Replace all compressor and dispenser filters (every 6 months) Conduct electrical -continuity test on dispenser hoses (every 6 months) e. Check torque on compressor and driver mounting bolts (every 6 months) f. Verify operation of all actuated valves on dryer by manually energizing actuators (every 6 months) g. Calibrate dispenser mass -flow meters (every year) h. Change compressor oil (manufacturer -recommended interval on run hours) i. Perform regeneration in advance of desiccant reaching saturation j. Replace dispenser fueling hose seals (annually) k. Test safety relief valves (annually) I. Calibrate gas -leak detectors in compressor skids (every 6 months) m. replace dryer pre -filter, after -filter, and separator filter elements (annually or when differential pressure is high) n. Inspect dryer blower and motor shaft end bearings (annually) 5. UNSCHEDULED MAINTENANCE SERVICE. Contractor will monitor and advise Buildings & Grounds of recommended service intervals as they approach, however, for services not included in the MONTHLY or ROUTINE SERVICES, the work will not be performed without prior approval from B&G BID REQUEST #B1600099 Page 10 6. REPAIRS AND EMERGENCY CALL OUTS. a. Maintenance crews will be able respond by telephone to all service calls on a 24 -hour 7 -day a week basis. Provide contact names/numbers b. On -site response time will be within 2 hours of the request in emergency situations, c. Contractor will defer all non -emergency service calls to normal business hours, provided such delays would not result in an unsafe condition. Contractor will then provide service at the beginning of the next business day 7. PARTS AND CONSUMABLES a. The Contractor must submit a written proposal/quote for labor, parts, supplies (should include all consumables, replacement and spare parts excluding routine service parts and consumables) for work required to be performed in addition to MONTHLY and ROUTINE SERVICES. b. Parts replaced under warranty are to be provided through the initial installation contractor (Zeit Energy) for the first year after site completion, and the winning vendor is responsible to assure that parts covered under warranty through Zeit Energy are procured as such, on behalf of Weld County. Weld County will intervene should the warrantor not honor said warranties. All labor and materials are to be warranted for one year from date of installation. 8. STATION RECORDS. a. Contractor shall maintain a logbook of all routine, preventative, and unscheduled maintenance and repairs performed on the station, including pertinent measurements, readings and observations in a binder at each the CNG site. b. Contractor shall submit copies of all reports on the last day of each month to Buildings & Grounds c. Redline drawings reflecting any modifications made to the CNG facilities or components are to be completed, maintained, and available on site, not later than one week after completion of modifications, are the property of the Agency d. A complete set of Operation and Maintenance Manuals provided by the Buildings & Grounds are to be kept on site or at Buildings & Grounds building, and are the property of the Weld County 9. INVOICING a. Invoicing for MONTLY AND ROUTINE SERVICES will be submitted monthly b. A separate invoice will be submitted for each Unscheduled Maintenance Service and Repair, and for each Emergency Call Out. PRICING: ANNUAL COST OF BASIC SERVICE $ TIME & LABOR RATE $ FEES OR PERCENTAGE OF PARTS/SUPPLIES MARKUP $ *The successful vendor must enter into a separate agreement with Weld County. A sample contract is attached. BID REQUEST #B1600099 Page 11 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. #B1600099. 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 bid 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 DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 -10. BID REQUEST #B1600099 Page 12 ADDENDUM#1 BID REQUEST NO. B1600099 CNG FUEL SITE MAINTENANCE Buildings & Grounds Dept. Item 3 on page 10 should have been for Weekly maintenance instead of Monthly maintenance. PLEASE AMEND ITEM 3 ON PAGE 10 AS FOLLOWS: 3. WEEKLY. Basic Weekly Preventative Maintenance/Service site visits will involve: a. General... ***Please sign and email or fax back to Weld County Purchasing. The email is bidsAweldgov.com or fax number is 970-336-7226. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY TITLE MAY 12, 2016 Bid Signature Page DESCRIPTION PRICING ANNUAL COST OF BASIC SERVICE $14,400 per year * TIME & LABOR RATE $127 per hour * FEES OR PERCENTAGE OF PARTS/SUPPLIES MARKUP 30% markup * * See the above Proposal being submitted by WAE for conditions and additional information. This Proposal incorporates by reference the entire Request No. #B1600099 document. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1600099. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. Ward Alternative Energy, LLC (WAE) A Colorado Limited Liability Company (ID number: 20101419065) By: Name: Patti Floyd Title: Controller Email: beau@wardenergy.com 215 W. Oak Suite 1000 Fort Collins, CO 80521 Office: 970-449-4632 Fax: 970-449-4637 •i - 1) ' 3 , �, Tax ID# (Ward Alternative Energy) WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 5 Exhibit A CNG Fueling Station Maintenance Form C. Ward CNG Station Service Log Alternative Energy Date: Site Name: I W/O Number Compressor A: Compressor B: Compressor C: Filtration: Copmressor A: qt. qt. It sit qt. Copmressor B: qt. qt. qt. ql. Copmressor C: __ : Inlet 147:44Filtert4 : Main Coalescer 1 : Gas Handling Filter __ : Inlet Filters : Main Coalescer 1 : Gas Handling Filter : Inlet Filters : Main Coalescer 1 : Gas Handling Filter Oil DralfRIVii Compressor A: Compressor B: Compressor C: Gel ei el SuwLes. Total Sources: Oil Added;' Compressor A: Compressor B: Compressor C: tidal 5uuu.es. Recirculated BDT Oil: V/N Oil Type: 0 0 Inlet: Crankcase: 1st Stage: 2nd Stage: 3rd Stage: 4th Stage: d. psi Oil Filter: psi In: psi Out: psi Difference: psi BDT Pressure: psi Time of Day: :. (name) psi psi psi psi am/pm Ambient: ° F Suction: ' F 1st Stage: ° F 0 2nd Stage: ° F 3rd Stage: F 4th Stage: ' F Inlet: Crankcase: 1st Stage: 2nd Stage: 3rd Stage: 4th Stage: Psi Oil Filter: psi In: psi Out: psi Difference: psi BDT Pressure: psi Time of Day: (name) psi psi psi psi am/pm Ambient: 0 ° F Suction: ' F 1st Stage: ° F 0 2nd Stage: ' F 3rd Stage: ° F 0 4th Stage: ' F Inlet: Crankcase: 1st Stage: 2nd Stage: ird Stage: 4th Stage: SipOil Filter: psi In: psi Out: psi Difference: psi RDT Pressure: Psi Time of Day: (name) psi psi psi psi am/pm Ambient: 0 ' F Suction: ° F 1st Stage: ° F 0 2nd Stage: ' F iM Stage ° F 0 4th Stage: ° F `'�� .'d"Re Hose 1 Hose 2 Hose 3 Hose 4 Hose 5 Hose 6 Hose 7 Hose 8 Time Fill Iii' ►` Condociel►Teit ,Gas'Hani r+ciquipmentf High psi Medium psi Low psi Ref psi Set Temp/Pressure: Y/N Notes: '=`bllipe}k1ynT s , Compressors Drive Storage Gas Handling Enclosure Safety Relief Fire Extinguisher Dispensers Card Reader (PPaper/Prokee/Cards) Hoses Site Status Verify EPO Misc. Equip. Other: 4ttedlitYei f919elenzi , Labor Description of Work: Hours: Technician Name: Drive Hr WAE Proposal to Bid Request No. #B 1600099 (CNG Fuel Site Maintenance) 6 Response to the Weld County Request for Bids No. #B1600099 Regarding CNG Fuel Site Maintenance Date: September 26, 2012 Proposal Submitted By: Ward Alternative Energy, LLC Beau Ward, Station Operations Director Email: beau@wardenergy.com Main Office: 215 W. Oak Suite 1000 Fort Collins, CO 80521 (Larimer County) Office: 970-214-1385 Fax: 970-449-4637 WAE is based in Northern Colorado and is engaged in building, owning and operating fleet and public compressed natural gas ("CNG") fueling locations and providing CNG station operation services (maintenance, repair and operations) for others. WAE is an affiliate of Ward Petroleum Corporation, which has offices in Fort Collins and Commerce City Colorado,. Ward Petroleum was founded in 1963, provided oil and gas field compression services directly and via its prior affiliate Gale Force Compression, developed and operates hundreds of oil and gas wells, and has a mid -stream natural gas operation. Ward Petroleum employs approximately 70 people including engineers, technicians, geologists and administrative staff. The primary CNG service contact at WAE will be Beau Ward. More information about WAE can be found at the company website: www.wardenergy.com. WAE has satellite offices at: CNG Fueling Station Service (Weld County) 101 Whitney Court Windsor, CO 80550 (580) 402-3045 Ward Alternative Energy (repair shop) 5660 E. 58th Ave. Unit A Denver, CO 80022 (720) 941-2791 Future Location Windsor Colorado Services to be Provided WAE will provide the resources necessary to fully satisfy the general information and bid specifics described in the Weld County Request for Bids No. B1600099. WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 1 Primary References 1. Transfort (City of Fort Collins) Type of relationship: CNG station maintenance services 2. Western Disposal Services, Boulder, Colorado. Type of relationship: CNG station maintenance services. 3. University of Denver, Denver, Colorado. Type of relationship: CNG station maintenance services. 4. Waste Management Type of relationship: CNG station maintenance services. 5. ANGI Energy Systems Type of relationship: CNG station maintenance and new station start-ups Experience WAE, through its affiliate Ward Petroleum Corporation, has decades of experience operating compressors and has six engineers all with their P.E. license and technicians on staff to support the services to be offered by the Ward Group under this Proposal. Beau Ward manages the WAE CNG station service efforts, is based in Weld County and has a CNG service truck at his office to provide 24/7 service within two hours. Key Personnel Qualifications Key personnel that work for the members of the Ward Group have a combined more than 50 years of experience with natural gas compressor systems, 30 years of experience with CNG fueling station equipment, 30 years of experience with the conversion and service of natural gas vehicles, and 30 years of experience with commercial/industrial grade electrical systems. The table below summarizes the applicable experience. Name Experience with CNG Systems & Controls similar to the Weld County CNG Fueling Site Capable of Installing and Calibrating Retrofits or Modifications Preparation of Schematics of Existing Systems, Retrofits or Modifications Reading Piping and Instrumental Diagrams and Electrical Schematics Beau Ward Yes Yes Yes Yes Dalton Hall Yes Yes Yes Jeremiah King Yes Yes Yes Mark Jopling, P.E. Yes Yes Bill Ward, P.E. Yes _ Yes Yes Yes Select Resumes Beau Ward of WAE has 8 years of experience maintaining, repairing, setting and building natural gas compressors at MidCon and Ward Compression Services. Beau gained valuable experience with well head and booster station compression at MidCon for three years. Beau holds a bachelor's degree in WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 2 Business Administration from Oklahoma State University and has studied engineering at Colorado State University. Beau Ward has certifications/training in: • Completed Ariel Compressor school • Completed ANGI Energy level 1 & 2 certification • Completed Fuelmaster school • Micro motion dispenser flow meter training • ANGI Energy CNG dispenser calibration training • Seimans control training • Homer control training Mark Jopling of WAE and Ward Petroleum is a Professional Engineer (P.E.) with 31 years of experience in natural gas drilling, completion, gathering, compression and related services at Ward Petroleum. He graduated from the University of Texas at Arlington in 1975 with a Bachelor's Degree in Physics. Mark was employed by Halliburton and worked in Texas and Oklahoma as a field engineer and district engineer until 1981. He joined Ward Petroleum in 1981 and received his P.E. in 1984. Bill Ward of WAE and Ward Petroleum is a Professional Engineer (P.E.) with 30 years of experience in natural gas drilling, completion, gathering, compression and related services at Ward Petroleum. He successfully started Gale Force Compression and ran the company for 12 years before selling it. Bill Ward is a Colorado School of Mines graduate with a degree in Petroleum Engineering and now is the President/CEO of Ward Petroleum. Available Equipment and Tools and Communications Systems Each of the members of the Ward Group has equipment on -hand to meet the requirements of the Scope of Work in the RFP. Each of the members maintains a 24/7 communications system in order to be available and respond to repair needs in the time -frame specified in this Proposal. Specific details about equipment, facilities and support vehicles are as follows: WAE: The Company has 4 CNG service trucks with CNG fuel download capability and all the necessary tools for maintaining and repairing a CNG fueling, which is based in Weld County. Each service truck is fully equipped with service equipment and high-pressure fittings. In addition, fittings and components relevant for CNG fueling station maintenance and repair are stocked at the Commerce City and Windsor operations facility. Also, significant metal -working, welding, and other equipment is located at this facility. WAE has an account in -place with ANGI Energy Systems in order to source specialty parts for the ANGI CNG fueling station facility at Weld County. Note 1: WAE personnel have PC laptops (with applicable cables and software) in their service vehicles in order to connect to the Weld County CNG station to interface with and install software to the Weld County fueling stations and dispenser systems. Pricing & Services Details Monthly (Preventative) & Routine Maintenance Service WAE will provide these services during normal business hours: 7:30am-5pm Mountain Time, Monday -Friday except holidays (see below for list of holidays). Annual amount: $14,400 (see note 1 and 2) Note 1: In subsequent calendar years beginning with 2018, WAE may increase this annual amount by up to 3% per year to account for changes in its cost of labor and materials. WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 3 Note 2: Consumables and parts that are related to the monthly and routine service are included in the annual amount shown above. Response Time: Trouble call: A technician will respond by phone within 30 minutes of the initial call. Non -emergency unscheduled maintenance or repairs: a technician will be on -site within nne business day during normal business hours. Emergency calls: A technician will be onsite within two hours. Repair Work: Time & Labor Rates (see notes 1 and 2): $127 per hour (during normal business hours) $191 per hour (overtime rate) $255 per hour (holiday rate) Parts & Materials Markup Percentage: May be up to 30% over the cost to WAE Note 1: Normal Business Hours: 7:30 Am -5:00 PM Mountain Time, Monday -Friday. Overtime rate applies for time worked outside of normal hours except on holidays when the Holiday Rate applies. Note 2: Rates are billed for time worked by WAE at the Weld County CNG fueling station site for repair work in 15 minute increments with no minimum number of hours. A once per day trip charge of $90 will be added for each repair related site visit. Logs: For each monthly, routine and repair service visit to the facility, the form attached to this Proposal as Exhibit A will be filled out. A copy will be maintained at the offices of WAE and along with an Excel spreadsheet updated with relevant data from the log. These documents will be emailed to Weld County on a monthly basis. Within one week of completion, redline drawings regarding modifications made to the Weld County CNG station or components will be emailed to Weld County. Holidays include the following: New Year's Day Memorial Day Independence Day (July 4th) Labor Day Thanksgiving Christmas Eve Christmas Day WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 4 Bid Signature Page DESCRIPTION PRICING ANNUAL COST OF BASIC SERVICE $14,400 per year * TIME & LABOR RATE $127 per hour * FEES OR PERCENTAGE OF PARTS/SUPPLIES MARKUP 30% markup * * See the above Proposal being submitted by WAE for conditions and additional information. This Proposal incorporates by reference the entire Request No. #B1600099 document. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1600099. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. Ward Alternative Energy, LLC (WAE) A Colorado Limited Liability Company (ID number: 20101419065) By: Name: Patti Floyd Title: Controller Email: beau@wardenergy.com 215 W. Oak Suite 1000 Fort Collins, CO 80521 Office: 970-449-4632 Fax: 970-449-4637 Tax ID # 2 3 t 3 (q(:). (Ward Alternative Energy) WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 5 Exhibit A CNG Fueling Station Maintenance Form 0 Ward CNG Station Service Log I Alternative Energy Date: Site Name: W/O Number CAnicre$sor Adur}s.. Compressor A: Compressor B: Compressor C: Filtration: Wile** ? . Copmressor A: ' '/Oil °MMined' qt. qt. qt. qt. qt. Copmressor 8: qt. qt. qt. qt. Copmressor C: Pmm: tCbeck} ' : Inlet Filters : Main Coalescer 1 Gas Handling Filter : Inlet Filters : Main Coalescer 1 : Gas Handling Filter ____ : Inlet Filters : Main Coalescer 1 : Gas Handling Filter Oil Draeteds Compressor A: Compressor B: Compressor C: General Sources. Total Sources: l8 Added: Compressor A: Compressor B: Compressor C: I otal Sources. Recirculated BDT Oil: H/N Oil I ype. 0 0 ..CompressonLPfessures Inlet: Crankcase: 1st Stage: 2nd Stage: 3rd Stage: 4th Stage: . , psi Oil Filter: psi In: psi Out: psi Difference: psi BDT Pressure: psi Time of Day: ' , (name) psi psi psi psi am/pm .: Temp*pateresc Ambient ° F Suction: °F 1st Stage: ° F 0 2nd Stage: ° F 3rd Stage: • F 4th Stage: ° F Inlet: Crankcase: 1st Stage: 2nd Stage: 3rd Stage: 4th Stage: era; Pressu}es psi Oil Filter: psi In: psi Out: psi Difference: psi BDT Pressure: psi Time of Day: (name) psi psi psi psi am/pm TeanDstawres: Ambient: 0 ° F Suction: ° F 1st Stage: ° F 0 2nd Stage: ° F 3rd Stage: ° F 0 4th Stage: ° F Inlet: Crankcase: 1st Stage: 2nd Stage: 3rd Stage: 4th Stage: _ F psi Oil Filter: psi In: psi Out: psi Difference: Psi 8DT Pressure: psi Time of Day: (name) psi psi psi psi am/pm �Ti11S1pgraUlnc , Ambient: 0 ° F Suction: ° F 1st Stage: ° F 0 2nd Stage: ° F 3rd Stage: ° F 0 4th Stage: ° F Hose 1 Hose 2 Hose 3 Hose 4 Hose 5 Hose 6 Hose 7 Hose 8 Time Fill . ;" Becept*cfe r+a�I7'''AttervlY'- nereneoce Psi Cand4ct8e'eu , „ ,'; , .�=� ittirut�a6JEilltipmetit',, , High psi Medium psi Low psi Ref psi Set Temp/Pressure: Y/N Notes: Compressors Drive Storage Gas Handling Enclosure Safety Relief Fire Extinguisher Dispensers Card Reader (PPaper/Prokee/Cards) Hoses Site Status Verify EPO Misc. Equip. Other: :`' ttltek tfY$ COn meats " Labor Description of Work: Hours: Technician Name: Drive Hr: :. AddharM(NOtK .. ,. WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 6 Note 2: Consumables and parts that are related to the monthly and routine service are included in the annual amount shown above. Response Time: Trouble call: A technician will respond by phone within 30 minutes of the initial call. Non -emergency unscheduled maintenance or repairs: a technician will be on -site within one business day during normal business hours. Emergency calls: A technician will be onsite within two hours. Repair Work: Time & Labor Rates (see notes 1 and 2): $127 per hour (during normal business hours) $191 per hour (overtime rate) $255 per hour (holiday rate) Parts & Materials Markup Percentage: May be up to 30% over the cost to WAE Note 1: Normal Business Hours: 7:30 Am -5:00 PM Mountain Time, Monday -Friday. Overtime rate applies for time worked outside of normal hours except on holidays when the Holiday Rate applies. Note 2: Rates are billed for time worked by WAE at the Weld County CNG fueling station site for repair work in 15 minute increments with no minimum number of hours. A once per day trip charge of $90 will be added for each repair related site visit. Logs: For each monthly, routine and repair service visit to the facility, the form attached to this Proposal as Exhibit A will be filled out. A copy will be maintained at the offices of WAE and along with an Excel spreadsheet updated with relevant data from the log. These documents will be emailed to Weld County on a monthly basis. Within one week of completion, redline drawings regarding modifications made to the Weld County CNG station or components will be emailed to Weld County. Holidays include the following: New Year's Day Memorial Day Independence Day (July 4th) Labor Day Thanksgiving Christmas Eve Christmas Day WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 4 Business Administration from Oklahoma State University and has studied engineering at Colorado State University. Beau Ward has certifications/training in: • Completed Ariel Compressor school • Completed ANGI Energy level 1 & 2 certification • Completed Fuelmaster school • Micro motion dispenser flow meter training • ANGI Energy CNG dispenser calibration training • Seimans control training • Homer control training Mark Jopling of WAE and Ward Petroleum is a Professional Engineer (RE.) with 31 years of experience in natural gas drilling, completion, gathering, compression and related services at Ward Petroleum. He graduated from the University of Texas at Arlington in 1975 with a Bachelor's Degree in Physics. Mark was employed by Halliburton and worked in Texas and Oklahoma as a field engineer and district engineer until 1981. He joined Ward Petroleum in 1981 and received his P.E. in 1984. Bill Ward of WAE and Ward Petroleum is a Professional Engineer (P.E.) with 30 years of experience in natural gas drilling, completion, gathering, compression and related services at Ward Petroleum. He successfully started Gale Force Compression and ran the company for 12 years before selling it. Bill Ward is a Colorado School of Mines graduate with a degree in Petroleum Engineering and now is the President/CEO of Ward Petroleum. Available Equipment and Tools and Communications Systems Each of the members of the Ward Group has equipment on -hand to meet the requirements of the Scope of Work in the RFP. Each of the members maintains a 24/7 communications system in order to be available and respond to repair needs in the time -frame specified in this Proposal. Specific details about equipment, facilities and support vehicles are as follows: WAE: The Company has 4 CNG service trucks with CNG fuel download capability and all the necessary tools for maintaining and repairing a CNG fueling, which is based in Weld County. Each service truck is fully equipped with service equipment and high-pressure fittings. In addition, fittings and components relevant for CNG fueling station maintenance and repair are stocked at the Commerce City and Windsor operations facility. Also, significant metal -working, welding, and other equipment is located at this facility. WAE has an account in -place with ANGI Energy Systems in order to source specialty parts for the ANGI CNG fueling station facility at Weld County. Note 1: WAE personnel have PC laptops (with applicable cables and software) in their service vehicles in order to connect to the Weld County CNG station to interface with and install software to the Weld County fueling stations and dispenser systems. Pricing & Services Details Monthly (Preventative) & Routine Maintenance Service WAE will provide these services during normal business hours: 7:30am-5pm Mountain Time, Monday -Friday except holidays (see below for list of holidays). Annual amount: $14,400 (see note 1 and 2) Note 1: In subsequent calendar years beginning with 2018, WAE may increase this annual amount by up to 3% per year to account for changes in its cost of labor and materials. WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 3 Primary References 1. Transfort (City of Fort Collins) Type of relationship: CNG station maintenance services 2. Western Disposal Services, Boulder, Colorado. Type of relationship: CNG station maintenance services. 3. University of Denver, Denver, Colorado. Type of relationship: CNG station maintenance services. 4. Waste Management Type of relationship: CNG station maintenance services. 5. ANGI Energy Systems Type of relationship: CNG station maintenance and new station start-ups Experience WAE, through its affiliate Ward Petroleum Corporation, has decades of experience operating compressors and has six engineers all with their P.E. license and technicians on staff to support the services to be offered by the Ward Group under this Proposal. Beau Ward manages the WAE CNG station service efforts, is based in Weld County and has a CNG service truck at his office to provide 24/7 service within two hours. Key Personnel Qualifications Key personnel that work for the members of the Ward Group have a combined more than 50 years of experience with natural gas compressor systems, 30 years of experience with CNG fueling station equipment, 30 years of experience with the conversion and service of natural gas vehicles, and 30 years of experience with commercial/industrial grade electrical systems. The table below summarizes the applicable experience. Name Experience with CNG Systems & Controls similar to the Weld County CNG Fueling Site Capable of Installing and Calibrating Retrofits or Modifications Preparation of Schematics of Existing Systems, Retrofits or Modifications Reading Piping and Instrumental Diagrams and Electrical Schematics Beau Ward Yes Yes Yes Yes Dalton Hall Yes Yes Yes Jeremiah King Yes Yes Yes Mark Jopling, P.E. Yes Yes Bill Ward, P.E. Yes Yes _ Yes Yes Select Resumes Beau Ward of WAE has 8 years of experience maintaining, repairing, setting and building natural gas compressors at MidCon and Ward Compression Services. Beau gained valuable experience with well head and booster station compression at MidCon for three years. Beau holds a bachelor's degree in WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 2 Response to the Weld County Request for Bids No. #B1600099 Regarding CNG Fuel Site Maintenance Date: September 26, 2012 Proposal Submitted By: Ward Alternative Energy, LLC Beau Ward, Station Operations Director Email: beau@wardenergy.com Main Office: 215 W. Oak Suite 1000 Fort Collins, CO 80521 (L r"imer Cnuunty) i Office: 970-214-1385 Fax: 970-449-4637 WAE is based in Northern Colorado and is engaged in building, owning and operating fleet and public compressed natural gas ("CNG") fueling locations and providing CNG station operation services (maintenance, repair and operations) for others. WAE is an affiliate of Ward Petroleum Corporation, which has offices in Fort Collins and Commerce City Colorado,. Ward Petroleum was founded in 1963, provided oil and gas field compression services directly and via its prior affiliate Gale Force Compression, developed and operates hundreds of oil and gas wells, and has a mid -stream natural gas operation. Ward Petroleum employs approximately 70 people including engineers, technicians, geologists and administrative staff. The primary CNG service contact at WAE will be Beau Ward. More information about WAE can be found at the company website: www.wardenergy.com. WAE has satellite offices at: CNG Fueling Station Service (Weld County) 101 Whitney Court Windsor, CO 80550 (580) 402-3045 Ward Alternative Energy (repair shop) 5660 E. 58th Ave. Unit A Denver, CO 80022 (720) 941-2791 Future Location Windsor Colorado Services to be Provided WAE will provide the resources necessary to fully satisfy the general information and bid specifics described in the Weld County Request for Bids No. B1600099. WAE Proposal to Bid Request No. #B1600099 (CNG Fuel Site Maintenance) 1 WARDALT-01 TRAMOS ACOR©" �,m,„�. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 6/28/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Dillingham Insurance P.O. Box 1669 Enid, OK 73702 CONTACT NAME: PHONE 580 233-2000 FAX 580 242-6703 (A/C, No, Ext): ( ) (A/C, No): ( ) E-MAIL DRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Mid -Continent Casualty Company 23418 INSURED Ward Alternative Energy, LLC 5660 E. 58th Avenue Commerce City, CO 80022 INSURER B: Artisan and Truckers Casualty Company 10194 INSURER C : INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 04GL939583 10/12/2015 10/12/2016 EACH OCCURRENCE $ 1,000,000 DAMAGE 10 REN i EL) PREMISES (Ea occurrence) $ 100 000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ Excluded PERSONAL & ADV INJURY GENERAL AGGREGATE $ 1,000,000 $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES JERI PER: J LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS NON -OWNED AUTOS 01898979-3 10/12/2015 10/12/2016 COMBINED SINGLE LIMIT 1Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X '., OCCUR 1 CLAIMS -MADE 04XS193014 10/12/2015 10/12/2016 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ DED X RETENTION$ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE H ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) CERTIFICATE HOLDER CANCELLATION Weld County Government 1150 O Street Greeley, CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE �4 ACORD 25 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 06/28/2016 PRODUCER Pinnacol Assurance 7501 E Lowry Blvd Denver, CO 80230-7006 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED Ward Alternative Energy LLC 215 W. Oak Street, Suite 1000 Fort Collins, CO 80521 INSURER A: Pinnacol Assurance 41190 INSURER B: INSURER C: INSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MM/DDIYYYY) POLICY EXPIRATION DATE(MM/DD/YYYY) LIMITS _GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR EACH OCCURRENCE DAMAGE TO RENTED PREMISES MED EXP(Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIERS PER: — POLICY 7 PROJECT LOC PRODUCTS - COMP/OP AGG _AUTOMOBILE LIABILITY _ ANY AUTO _ ALL OWNED AUTOS — SCHEDULED AUTOS — HIRED AUTOS _ NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea Accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY OCCUR ll CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE AGGREGATE A WORKERS COMPENSATION AND EMPLOYER'S LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, please describe under SPECIAL PROVISIONS below 4159573 11/01/2015 11/01/2016 x WC STATU-— TORY LIMITS OTHER E.L EACH ACCIDENT $1,000,000 E.L DISEASE- EA EMPLOYEE $1,000,000 E.L DISEASE -POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION 1716485 Weld County Government 1150 O Street Greeley, CO 80632 ACORD 25(2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO NOTIFY 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO NOTIFY SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Mike Hickcox Underwriter ACORD CORPORATION 1988 CERTIFICATE HOLDER COPY Weld County Government 1150 O Street Greeley, CO 80632 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. Hello