Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20100850.tiff
609 Technology Circle, Suite A PROPOSAL AND Windsor, CO 80550 ACCEPTANCE Yet,• Phone: 9700.66 86..6800 ���es, Fax: 970.686.6808 No. 3438 Mechanical Sec SUBMITTED TO PHONE FAX DATE Weld County Attn: Toby Taylor 970-304-6531 970-304-6532 9/28/2010 STREET JOB NAME 915 10th Street, Room#334 ttaylor@co.weld.co.us Install VFD and Motor CITY STATE AND ZIP CODE JOB LOCATION Greeley, CO 80631 Detention Center CMS Mechanical Services, Inc. appreciates the opportunity to propose the following. 1. Replace 7.5 HP motor. 2. Replace seal kit. 3. Install pressure differential transmitter. 4. Install variable frequency drive with hand off auto for manual operation in the event of VFD failure. 5. Program VFD. 6. All labor and material included. We Propose hereby to furnish material and labor-complete in accordance with above specifications,for the sum of: Twelve thousand five hundred two dollars and 00/100 $12,502.00 Payment to be made as follows: Net 30 days All material is guaranteed to be as specified. All work to be completed in a • ., !/' workmanlike manner according to standard practices. Any alteration or deviation from Signatu fe '`��-� ' "` above specifications involving extra costs will become an extra charge over and above the estimate. All agreements contingent upon strikes,accidents or delays beyond our Note: This proposal may be withdrawn by us if control. Owner to carry fire,tornado and other necessary insurance. Our workers are not accepted within 30 days. fully covered by Workmen's Compensation Insurance. Acceptance of Proposal -The above prices,specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. JJ Date of Acceptance SEP 2 9 2010 Signature' s Yt'kflr Ct/k A (31000bt 1 t5nta -V Cu4x6 4/4''iCo 9A99/,'/O White-CMS Mechanical Services, Inc. Yellow-Customer `Gcf.57) &G/3 $tgAJADocument Al01TM - 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the 12th day of May in the year 2010 (In words, indicate day, month and year) BETWEEN the Owner: (Name, legal status, address and other information) This document has important legal Weld County,Colorado consequences.Consultation with PO Box 758 an attorney is encouraged with respect to its completion or Greeley,CO 80632 modification. AIA Document A201 TM'-2007, General Conditions of the Contract for Construction, is adopted in this document by and the Contractor: reference.Do not use with other (Name, legal status, address and other information) general conditions unless this document is modified. CMS Mechanical Services,Inc. 609 Technology Circle, Suite A Windsor,CO 80550 for the following Project: (Name, location and detailed description) Boiler Replacement-Weld County Jail Complex Bid#B1000088 2110 "O" Street,Greeley,CO The Architect: (Name, legal status, address and other information) Alan L Hauser B-1469 Architect Western States Engineering Inc. -Mechanical RJ McNutt&Associates-Electrical The Owner and Contractor agree as follows. Init. AIA Document A101T"—2007.Copyright©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA°Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA°Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible / under the law.This document was created on 05/12/2010 16.29:27 under the terms of AIA Documents-on-Demand^^order no. 2005176061 and is not for resale.Thi ocument is licensed by the American Institute of Architects/or one4ti eu only,and may of be reproduced poor to its completion. IC�Ii6 de v- /7-�/O /ate-one-24 5//cRoio 2c 0 d 5 TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings,Specifications,Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement,all of which form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements,either written or oral.An enumeration of the Contract Documents,other than a Modification,appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents,except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION §3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed) May 17,2010 or as determined by notice to proceed If,prior to the commencement of the Work,the Owner requires time to file mortgages and other security interests,the Owner's time requirement shall be as follows: §3.2 The Contract Time shall be measured from the date of commencement. Init. AIA Document A101TM-2007.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American InstihAe of Architects.All rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 2 distribution of this AIA°Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 05/12/2010 16:29:27 under the terms of AIA Documents-on-DemandT"order no. 2005176061 ,and is not tJ� for resale.This document is licensed by the American Institute of Achitecb for one-time use only,and may not be reproduced prior to its completion. §3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than ( 90 )days from the date of commencement,or as follows: (Insert number of calendar days.Alternatively, a calendar date may be used when coordinated with the date of commencement. If appropriate, insert requirements for earlier Substantial Completion of certain portions of the Work) Portion of the Work Substantial Completion Date Boilers in place 8 weeks after receipt of order 8/20/10 subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any,for liquidated damages relating to failure to achieve Substantial Completion on time or for bonus payments for early completion of the Work) ARTICLE 4 CONTRACT SUM §4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract.The Contract Sum shall be One hundred eighty one thousand five hundred eighty four dollars and 63/100 Dollars ($ 181,584.63 ),subject to additions and deductions as provided in the Contract Documents. §4.2 The Contract Sum is based upon the following alternates,if any,which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires.) NONE §4.3 Unit prices,if any: (Identlfr and state the unit price;state quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price per Unit($0.00) N/A I nit. AIA Document A101*"—2007.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Institute of Amhifects.All rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 3 distribution of this AIA°Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 05/12/2010 16:29:27 under the terms of AIA Documents-on-Demand"order no. 2005176061 ,and is not �'� / for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. §4.4 Allowances included in the Contract Sum,if any: (Identify allowance and state exclusions, if any,from the allowance price.) Item Price(50.00) NONE ARTICLE 5 PAYMENTS §5.1 PROGRESS PAYMENTS §5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect,the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. §5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month,or as follows: §5.1.3 Provided that an Application for Payment is received by the Architect not later than the 5th day of a month,the Owner shall make payment of the certified amount to the Contractor not later than the 5th day of the (following) month.If an Application for Payment is received by the Architect after the application date fixed above,payment shall be made by the Owner not later than ( 30 )days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) §5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require.This schedule,unless objected to by the Architect,shall be used as a basis for reviewing the Contractor's Applications for Payment. §5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. §5.1.6 Subject to other provisions of the Contract Documents,the amount of each progress payment shall be computed as follows: .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values,less retainage of percent( 0%).Pending final determination of cost to the Owner of changes in the Work,amounts not in dispute shall be included as provided in Section 7.3.9 of AIA Document A201T"_2007,General Conditions of the Contract for Construction; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction(or,if approved in advance by the Owner,suitably stored off the site at a location agreed upon in writing),less retainage of percent( 0%); .3 Subtract the aggregate of previous payments made by the Owner;and .4 Subtract amounts,if any,for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201-2007. AIA Document A101"'—2007.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991.1997 and 2007 by The American Institute of Init. AmhitecN All rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 4 distribution of this AIA°Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible underthe law.This document was created on 05/12/2010 16:29:27 under the terms of AIA Documents.on-Demand' order no. 2005176061 ,and is not ���- for resale.This document is licensed by the Amercen Institute of Architects for one-time use only,and may not be reproduced prior to its completion. §5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under the following circumstances: .1 Add,upon Substantial Completion of the Work,a sum sufficient to increase the total payments to the full amount of the Contract Sum,less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims;and (Section 9.8.5 of AIA Document A201-2007 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.) .2 Add,if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section 9.10.3 of AIA Document A201-2007. §5.1.8 Reduction or limitation of retainage,if any, shall be as follows: (If it is intended,prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections 5.1.6.1 and 5.1.6.2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) N/A §5.1.9 Except with the Owner's prior approval,the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. §5.2 FINAL PAYMENT §5.2.1 Final payment,constituting the entire unpaid balance of the Contract Sum,shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Section 12.2.2 of AIA Document A201-2007,and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by the Architect. §5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment,or as follows: ARTICLE 6 DISPUTE RESOLUTION §6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A201-2007,unless the parties appoint below another individual,not a party to this Agreement,to serve as Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) Toby Taylor Init. AIA Document A101"1—2007.Copyright©1915,1916,1925,1937,1951,1956,1981,1963,1967,1974,1971,1987,1991,1997 and 2007 by The American Institute of Architects.AU rights reserved.WARNING:This AlAthocument is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 5 distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible t under the law.This document was created on 05/12/2010 1629'.27 under the terms of AIA Documents-on-DemandT"order no. 2005176061 ,and is not for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. §6.2 BINDING DISPUTE RESOLUTION For any Claim subject to,but not resolved by,mediation pursuant to Section 15.3 of AIA Document A201-2007,the method of binding dispute resolution shall be as follows: (Check the appropriate box.If the Owner and Contractor do not select a method of binding dispute resolution below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction.) ❑X Arbitration pursuant to Section 15.4 of AIA Document A201-2007 ❑ Litigation in a court of competent jurisdiction ❑ Other: (Specify) ARTICLE 7 TERMINATION OR SUSPENSION §7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2007. §7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2007. ARTICLE 8 MISCELLANEOUS PROVISIONS §8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2007 or another Contract Document,the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. §8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below,or in the absence thereof,at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) 1.5%per month §8.3 The Owner's representative: (Name, address and other information) Toby Taylor 1105 "H" Street Greeley,CO 80632 §8.4 The Contractor's representative: (Name, address and other information) Nicholas D Luca-President CMS Mechanical Services,Inc. 609 Technology Circle,Suite A Windsor,CO 80550 §8.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days written notice to the other party. Init. AIA Document A101Ta—2007.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA°Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 6 distribution of this AIA°Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible t J t under the law.This document was created on 05/12/2010 16.29:27 under the terms of ALA Documents_on_cemandTM order no. 2005176061 ,and is not for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. §8.6 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS §9.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated in the sections below. §9.1.1 The Agreement is this executed AIA Document A101-2007, Standard Form of Agreement Between Owner and Contractor. §9.1.2 The General Conditions are MA Document A201-2007,General Conditions of the Contract for Construction. §9.1.3 The Supplementary and other Conditions of the Contract: Document Title Date Pages §9.1.4 The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) 3/01/10 Mechanical/Electrical specifications and drawings Section Title Date Pages AIA Document A101 TM-2007.Copyright O1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Institute of Init. Architects.All rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 7 distribution of this Ale Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 05/12/2010 16:29:27 under the terms of AIA Documents-on-Demand'*^order no. 2005176061 ,and is not for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. §9.1.5 The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) 3/01/10 M1.0,M1.1,E1.0,E2.0,E3.0,E4.0 Number Title Date §9.1.6 The Addenda,if any: Number Date Pages NONE Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. §9.1.7 Additional documents,if any,forming part of the Contract Documents: .1 AIA Document E201T"L2007,Digital Data Protocol Exhibit,if completed by the parties,or the following: .2 Other documents,if any,listed below: (List here any additional documents that are intended to form part of the Contract Documents.AIA Document A201-2007 provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) Weld County Bid Document dated 4/20/10-Attached Init. ALA Document A101 T"'—2007.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA®Document is protected by US.Copyright Law and International Treaties.Unauthorized reproduction or 8 distribution of this AleDocument,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible p/ under the law.This document was created on 05/12/2010 16:29:27 under the terms of AIA Documents-on-Demand."'order no. 2005176061 ,and is not for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A201-2007. (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AIA Document A201-2007.) Type of Insurance or Bond Limit of Liability or Bond Amount($0.00) General Liability 1,000,000.00 Umbrella 2,000,000.00 Workers Compensation 500,000.00 Performance Bond 181,585.00 This Agreement entered into as of the day and year first written above. NE (SignaturE) CONTRACTOR(Signature) MAY 1 7 2010 Douglas Rademacher, Chair Nicholas D.Luca-President (Printed name and title) (Printed name and title) Init. AIA Document A10t rm—2007.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1967,1991,1997 and 2007 by The American Instiute of Architects.All tights reserved.WARNING:This AIA5Document is protected by U.B.Copyright Law and International Treaties.Unauthorized reproduction or 9 distribution of this Abe Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 05/12/2010 16:29:27 under the terms of AIA Documentson.0emandTM order no. 2005176061 ,and is not for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. ENERGY CONSERVATION SAVINGS 0 % per Year OR$ per AMOUNT OF TIME TO COMPLETE WORK 7 weeks after receipt of equipment COST OF BOILER(EACH)$ 21.993.75 ELECTRICAL COSTS$ 15,716.80 ARCHITECTURAL COSTS$ 5,108.58 TOTAL COST OF PROJECT$ 181,584.63 This bid is to replace two boilers in the Jail Complex located at 2110"O"Street Greeley,CO 80632. Currently,this portion of complex utilizes three boilers for hydronic/domestic supply. These three boilers are of different capacities/efficiencies. Thus,the current boiler sizing and piping configuration doesn't allow the building's system to operate correctly(water temp cannot be maintained and one boiler does all the work). Therefore,two of the three boilers will be replaced so all three boilers are of the same composition and capacity. The new boilers to be installed are Burnhan Model V1109 with pump Bell&Gossett Series 80 model. A pre-bid meeting will be held on Tuesday.-April5`".2010 et 8:00'AM at 1655 17th Ave. Bidders must record their presence at the pre-bid conference to be allowed to submit bids. Prints and specifications are posted on web-page. Bids will be received up to,but not later than Tues.April 20 2010 at 2:00 PM(WELD COUNTY PURCHASING TIME CLOCK). (See page 1 for more information) Familiarization with the Site: The prospective Bidder shall by careful examination,field verify conditions. Performance Bond: Performance bond is required. Energy Conservation 1. Bidders must provide an energy savings as a result of replacing the boilers. 2. This savings can be expressed in terms of percentages/costs per year, month, unit, etc. American Recovery and Reinvestment Act(ARRA) Weld County is a recipient of a grant under the American Recovery and Reinvestment Act for 2009, Pub. L. 11-5 (ARRA)to fund this contract. Bidders are advised that as a sub-recipient,the contractor who receives award of this contract must comply with the requirements of the ARRA, including but not limited to special reporting, Buy American Requirements, and project site ARRA signage. Bidders shall include such costs in their bids. In the event of conflict between the other terms and conditions of this bid and subsequent contract award, the ARRA Provisions,the terms and conditions of the ARRA Provisions shall govern. The contractor will provide signage at the job site which states: "Project funded by the American Recovery and Reinvestment Act°. Buy American requirements The awarded contractor is required to comply with the Buy American provisions. The bidder/contractor is required to provide written verification of this condition to Weld County. As a condition of contract award,the contractor is required to submit signed copies of the Contractor Acknowledgment of Buy American Requirements and of the Certification the Buy American provisions are met to the Weld County's representative for verification. More specifics on Buy American can be obtained from httos://www.acauisltion.aov/Far/current/html/Suboart%2025 6.html#wo1077024 Davis-Bacon Act The American Recovery and Reinvestment Act of 2009(ARRA)provided approximately$3.1 billion in funding for DOE's SEP and$3.2 billion in funding for DOE's EECBG program.Section 1606 of ARRA specifies that laborers and mechanics employed by contractors and subcontractors on construction projects funded directly by or assisted in whole or in part under ARRA,which includes the DOE-funded SEP, must be paid at least the wages rates prevailing in the locality in accordance with the Davis-Bacon Act(DBA). The Davis-Bacon Act,40 U.S.C. §§276a-278a-7, provides that locally prevailing wages and fringe benefits must be paid to laborers and mechanics employed on federally funded contracts exceeding$2,000 that may.involve FIRM CMS Mechanical Services, Inc. (Incorporated in Colorado) BY Nicholas D. Luca-President (please print) BUSINESS ADDRESS 609 Technology Circle,Suite A DATE 4/20/10 CITY, STATE, ZIP CODE Windsor,CO 80550 EMAIL nluca@crosmechserv.com TELEPHONE NO (970)686-6800 FAX (970)686-6808 TAX ID# 84-1524138 SIGNATURE 2z "v r'.S'� WELD COUNTY IS EXEMPT FROM COLIIRADO SALES TAXES. CERTIFICATE OF EXEMPTION NUMBER IS#98-03551-0000. (County boiler plate to all bids) III. INSTRUCTIONS TO BIDDERS A. 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 Finance&Administration, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. B. Bids may be withdrawn upon written request to the Weld County Director of Finance & Administration received from bidders prior to the time fixed for opening. Negligence on the part of bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. C. Bidders are expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidder's risk. D. Bidders shall not stipulate in their proposals any conditions not contained in the instructions and specifications herein unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herein may be rejected. E. 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 I., entitled "Notice to Bidders." F. When approximate quantities are stated, Weld County reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. H. Any item supplied to Weld County shall be new and of the manufacturer's current model unless otherwise specified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, the Board of County Commissioners of 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 the Board of County Commissioners of Weld County will give preference to suppliers from the State of Colorado, in accordance with Section 30-11-110, CRS, when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County. J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifications of this bid package which are made by Weld County, Colorado, after the bids have been distributed to prospective bidders, and prior to the date and time of bid opening,will be made in writing and signed by Weld County's Director of Finance & Administration. No employee of Weld County, Colorado, is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Director of Administrative Services. This is not to imply that bids will not be accepted or considered with specifications which are different from those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless Weld County, Colorado, against all claims for royalties, for patents or suit for infringement thereon, which may be involved in the manufacture or use of the material to be furnished. M. Contractor certifies that it shall comply with the provisions of Colorado Revised Statutes (C.R.S.) 8-17.5-101, et seq. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor represents,warrants, and agrees that it (a) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (b) otherwise will comply with the requirements of C.R.S. 8-17.5-102(2)(b). Contractor shall comply with all reasonable requests made in the course of an investigation under C.R.S. 8-17.5-102 by the Colorado Department of Labor and Employment. If Contractor fails to comply with any requirement of this provision or C.R.S. 8-17.5-101, et seq., Weld County may terminate this Contract for breach and Contractor shall be liable for actual and consequential damages to Contractor . 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 this 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 this 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 this Contract. N. All goods shall remain the property of the seller until delivered to and accepted by Weld County, Colorado. O. 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 Finance & Administration for the premature opening of a bid not properly addressed and identified. P. In submitting the bid, the bidder agrees that the acceptance of any and all bids by the Board of County Commissioners of Weld County within a reasonable time or period constitutes a contract. The Board of County Commissioners of Weld County, Colorado, 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, is to the best interests of the Board and of the County of Weld, State of Colorado. Q. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Weld County Director of Finance & Administration. It is understood that it is necessary for all invoices to be made out to Weld County, Colorado, not to the Department securing the merchandise. All invoices should be sent to: Weld County, Accounting Dept, P O Box 758, Greeley, Colorado 80632. R. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. IV. DEFINITIONS A. "Standard": When the word "standard" is used in the specification to describe an item of equipment or in assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer": A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. C. "Or Equal": The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. V. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION A. Design: Any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. B. Pre-delivery Service: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Weld County Director of Finance & Administration. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated location. The equipment shall be clean and all instruments properly adjusted. The inflation of tires must be checked, lubrication completed, the crank case checked for proper oil level, and any other servicing normally provided by dealers shall be performed. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included when special equipment is purchased or when requested by Weld County. C. Acknowledgment and Delivery Schedule of Initial Order: Time is of the essence. A delivery schedule of not more than 45 calendar days after receipt of the order shall be deemed reasonable and serve the best interests of Weld County, Colorado. Proposals exceeding this schedule may be rejected. Delivery will be made on or before Junes , 2010 The successful bidder shall acknowledge the receipt of the order and certify delivery as scheduled. D. Warranty: The successful bidder shall warrant that: 1. The goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3. The goods sold to Weld County, Colorado pursuant to this bid conform to the minimum Weld County specifications as established herein. The successful bidder shall further warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the successful bidder, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. E. 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. F. General Information: 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. 0/6 — Jr/eCarina, efb 10/y( ), (1/0/erp 609 Technology Circle,Suite A PROPOSAL AND Windsor,co 80550 ACCEPTANCE Phone:970,686.6800 CLarriiceS,#'. Fax:970.686.6808 Mechanical5No. 3323r1 9UWArlTTEn TO I'IiQNE FM :SATE Weld County Attn: Toby Taylor 970.304-6531 970-304-6532 7/8/2010 • STREET JO9 NAME 915 10th Street,Room#334 ttaylor©c.weld co.us Change Order#1 -Primary/Secondary Piping CITY.S1ATE MVO Lie COOE :9a LOCATIi)N Greeley,CO 80631 Weld County Detention Center /(1F L7 - I -1 CMS Mechanical Services,Inc.appreciates the opportunity to propose the following. (./ l, /f 1. Modify boiler room piping to provide primary/secondary piping and pumping scheme per drawing M1,2 from Western States Engineering 6/28/10 to Include: 1. Primary pipe loop installed around existing boiler room piping to minimize bolter outage 2. New roof penetration and flue piping for existing boiler 3. Two(2)new boilers will be common vented into existing vertical flue 4. Modified design and engineering assistance 5. Removal of existing boilers with placement of new boilers at a later date. This will allow better accessibility for primary loop piping. Note: This piping modification will ensure that no system pump will affect the flow in another circuit or pump Price Breakdown Piping materials-additional ------------------------------ $ 6,666.00 Roof penetration and flue piping changes ------------------------------- $-4,375.00 credit Design/Engineering assistance --------------- ---- $ 2,120.00 Second mobilization for boiler removal and install --------------------- $ 1,200.00 CMS piping labor-additional(includes Davis-Bacon and overtime)--- $ 19,477.00 Miscellaneous costs(mileage,freight,supplies)-------------- $ 1,160.00 • We Propose hereby to furnish material and labor-complete In accordance with above specifications,for the sum of: Twenty six thousand one hundred sixty eight dollars and 00/100 $26,168.00 P.rymer%In be mea M 1o1k,,.A: Net 30 days Is material la guerenteed to be as specified.All woOc to be completed m e workmantke manner eccarffng to standard p'acticea.My allaraeon or deviation horn Signature above epeafcatoes bwolving extra costa w5 become en extra charge over and above the estimate.All agreemanta contingent upon stilses,accidems or delays oeyond our Note:This Fe sal may b©withdrawn by us it control. Owner to carry era taradO and other necessary Insurance. Our vrodrero ere not accepted within 30 days. f.ily covered by Workmen's Compensation insurance. Acceptance of Proposal-The above prices,specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the w ass ciffed. Payment will be made as outlined above. Date of Acceptance 1i I S'tgna a �' 1" �^ � White-CMS Mechanical Services,Inc. Yellow-Customer f.rr � Coln--O'Sr5o 7//0-2.3i/D WELD COUNTY PURCHASING a 915 10TH St Room #334, Greeley CO 80631 E-Mail: mwaltersco.weld.co.us E-mail: reverettco.weld.co.us Phone: (970) 356-4000, Ext. 4223 or 4222 Wh I D c Fax: (970) 336-7226 COLORADO DATE OF BID: April 20th, 2010 REQUEST FOR: BOILER REPLACEMENT IN THE JAIL DEPARTMENT: Buildings & Grounds Dept BID NO: #B1000088 PRESENT DATE: April 26'", 2010 APPROVAL DATE: MAY 10TH, 2010 VENDOR TOTAL CMS MECHANICAL SERVICES INC (Inc in Colo) $181,854.63 609 TECHNOLOGY CIRCLE, SUITE #A WINDSOR CO 80550 JCOR MECHANICAL INC $196,140.00 15800 W 5TH AVENUE GOLDEN CO 80401 FRONTIER MECHANICAL INC $198,900.00 2771 W MANSFIELD AVENUE ENGLEWOOD CO 80110 CORMAN MECHANICAL CONTRACTORS INC $216,902.00 1040 36TH STREET EVANS CO 80620 FISHER MECHANICAL CONTRACTORS INC $218,931.00 3900 CARSON AVENUE EVANS CO 80620 LEGACY MECHANICAL INC $220,000.00 5161 WARD ROAD#2 WHEAT RIDGE CO 80033 OtO -oBeC -��o/ao/D GG oolj MEMORANDUM To: Board of County Commissioners W From: Toby Taylor Re: Jail Boiler Replacement Bid 61000088 COLORADO Date: May 3, 2010 As advertised, this bid is to replace two boilers at the Jail. Buildings and Grounds is recommending the low bid from CMS Mechanical Services Inc. be awarded. If you have any questions, please contact me at extension 2023. w(0' UyO E6-OO / 3 WELD COUNTY PURCHASING h 915 10TH St Room #334, Greeley CO 80631 E-Mail: mwalters(cilco.weld.co.us 44;ID E-mail: reverettCa�co.weld.co.us Phone: (970) 356-4000, Ext. 4223 or 4222 WIlD c Fax: (970) 336-7226 COLORADO DATE OF BID: April 20th, 2010 REQUEST FOR: BOILER REPLACEMENT IN THE JAIL DEPARTMENT: Buildings & Grounds Dept BID NO: #61000088 PRESENT DATE: April 26th, 2010 APPROVAL DATE: MAY 10T", 2010 VENDOR TOTAL CMS MECHANICAL SERVICES INC (Inc in Colo) $181,854.63 609 TECHNOLOGY CIRCLE, SUITE#A WINDSOR CO 80550 JCOR MECHANICAL INC $196,140.00 15800 W 5TH AVENUE GOLDEN CO 80401 FRONTIER MECHANICAL INC $198,900.00 2771 W MANSFIELD AVENUE ENGLEWOOD CO 80110 CORMAN MECHANICAL CONTRACTORS INC $216,902.00 1040 36TH STREET EVANS CO 80620 FISHER MECHANICAL CONTRACTORS INC $218,931.00 3900 CARSON AVENUE EVANS CO 80620 LEGACY MECHANICAL INC $220,000.00 5161 WARD ROAD #2 WHEAT RIDGE CO 80033 DD/' 2010-0850
Hello