Loading...
HomeMy WebLinkAbout20100538.tiff RESOLUTION RE: APPROVE AGREEMENT FOR CONSTRUCTION OF KERSEY GRADER SHED AND SAND BUILDINGS AND AUTHORIZE CHAIR TO SIGN (BID #B1000068) - CLARK ENTERPRISES CONSTRUCTION COMPANY 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 the Construction of the Kersey Grader Shed and Sand Buildings between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Clark Enterprises Construction Company, commencing upon full execution, and ending August 27, 2010, 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 the Construction of the Kersey Grader Shed and Sand Buildings between the County of Weld, State of Colorado, by and through the Board of County Commissioners of Weld County, on behalf of the Department of Public Works, and Clark Enterprises Construction Company 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 10th day of May, A.D., 2010. BOARD OF COUNTY COMMISSIONERS /� WELD COUNTY, COLORADO y ' ` ATTEST: r.; C:��� /, � A. Ana/ a'' +� Dougla Radem her, Chair Weld County Clerk to $ , r �O,„ ' EXCUSED ,G�.` y+�r ��• Barbara Kirkmeyer, Pro-Tem BY: Deputy Clerk : he Bo'T�; � rY� C? Sean P. Conway 7 APP VED AS T FORM: /��7 vi-7/1 illi a is ounty A orney EXCUSED David E. Long Date of signature: 6/7AW/C) PLO1 P L -(b ( .c� .4-4-4,-+ PW S-ro-ro 2010-0538 EG0062 AGREEMENT FOR CONSTRUCTION OF BUILDING THIS AGREEMENT is made by and between the County of Weld, State of Colorado, whose address is 915 10°i Street, Greeley, Colorado, 80631 ("County"), and Clark Enterprises Construction, whose address is 80 Factory Road, Eaton, CO 80615 ("Contractor"). WHEREAS, County desires to retain Contractor as an independent contractor to construct a building as more particularly set forth below; and WHEREAS, Contractor is willing to perform the construction according to the terms of this Agreement. NOW THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Engagement of Contractor. County hereby retains Contractor, and Contractor hereby accepts engagement by County upon the terms and conditions set forth in this Agreement. 2. Term. The term of this Agreement shall be from the date of signature hereunder to and until completion of said construction, which Contractor estimates will be August 27, 2010. 3. Services to be Performed. Contractor agrees to perform the Services listed or referred to in Exhibit A, attached hereto and incorporated herein. Exhibit A also includes details originally included in the bid scope of work that is not included in this Agreement. 4. Compensation. a. County agrees to pay Contractor the sum of$255,550 for the building construction. b. Payment to Contractor will be made upon billing by Contractor on a monthly basis for materials provided and labor completed, with a ten percent (10%) retainage by County up to fifty percent (50%) of the total building sum (excluding cost of bonding), then a five percent (5%) retainage on the remaining fifty percent (50%). Amounts retained by County shall be paid to Contractor within ten(10)days of the issuance of the final Certificate of Occupancy on the building. Each monthly billing shall include a full description of materials provided and labor completed, specifically showing "total amount this billing," "completed to date," and "remainder to complete." c. Permit fees shall be paid separately by County. 5. Additional Work. In the event the County require changes in the work to be performed and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be 1 goio_o538 negotiated between the parties and this Agreement shall be modified accordingly by a supplemental Agreement. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated supplemental Agreement. Any change in work made without such prior supplemental Agreement shall be deemed covered in the compensation and time provisions of this Agreement. 6. Independent Contractor. Contractor agrees that Contractor is an independent contractor and that neither Contractor nor Contractor's agents or employees are, or shall be deemed to be, agents or employees of the County for any purpose. Contractor shall have no authorization, express or implied, to bind the County to any agreement, liability, or understanding. The parties agree that Contractor will not become an employee of County, nor is Contractor entitled to any employee benefits from County as a result of the execution of this Agreement. 7. Warranty. Contractor provides a one (1) year full warranty on workmanship. A manufacturer's warranty is provided on all materials and said warranty shall be forwarded to County by Contractor. 8. Reports County Property. All reports,test results and all other tangible materials produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 9. Acceptance of Product not a Waiver. Upon completion of the work, acceptance by County of the construction detailed in this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the work. Acceptance by the County of, or payment for, any services performed 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. 10. Insurance and Indemnification. Contractor shall adequately protect the work and the public during construction. Contractor shall defend and indemnify County, its officers and agents, from and against loss or liability arising from Contractor's acts, errors or omissions in seeking to perform its obligations under this Agreement. Contractor shall provide necessary workers' compensation insurance at Contractor's own cost and expense. 11. General Provisions. a. Contractor agrees to provide all labor and described materials for the Scope of Work set forth in Exhibit A. b. Contractor shall re-execute any work that fails to conform to the requirements of the Scope of Work in Exhibit A. 2 c. Contractor shall remove all related construction debris from the building site on a regular basis during construction. d. To the extent required by law, all work shall be performed by individuals licensed and authorized by law to perform the work detailed in Exhibit A. Contractor may let other contracts in connection with the work to be performed pursuant to this Agreement. 12. Non-Assignment. Contractor may not assign or transfer this Agreement without the prior written approval of County. 13. Access to Records. County shall have access to Contractor's financial records as they relate to this Agreement for purposes of audit. Such records shall be complete and available for audit ninety (90) days after final payment hereunder and shall be retained and available for audit purposes for at least five years after final payment hereunder. 14. Time of Essence. Time is of the essence in each and all of the provisions of this Agreement. 15. 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. 16. Notices. Any notice required to be given under this Agreement shall be in writing and shall be mailed or delivered to the other party at that party's address as stated above. 17. Compliance. This Agreement and the provision of services hereunder shall be subject to the laws of Colorado and be in accordance with the policies, procedures, and practices of County. 18. 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. 19. Certification. Contractor certifies that Contractor is not an illegal immigrant, and further, Contractor represents, warrants, and agrees that it has verified that Contractor does not employ any illegal aliens. If it is discovered that Contractor is an illegal immigrant, employs illegal aliens or subcontracts with illegal aliens, County can terminate this Agreement and Contractor may be held liable for damages. 20. Entire Agreement/Modifications. This Agreement contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiation, representation, and understanding or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or 3 supplemented only by a written instrument signed by both parties. 21. Funding Contingency. No portion of this Agreement shall be deemed to create an obligation on the part of County to expend funds not otherwise appropriated or budgeted for. 22. No Conflict. No employee of Contractor nor any member of Contractor's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises Contractor's operations, or authorizes funding to Contractor. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable, 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 portion of this Agreement shall be deemed to constitute a waiver of any immunities the parties or their officers or employees may possess. 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. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date and year written below. CONTRACTOR: By: . - Title: o ATTEST: OUNTY: CLERK TO THE BOARD 1861 O �-� By. .i///L ,,��! .�.`_s :.� Rs Y. &c f eputy Cl• to the Board % ��� ,� Douglas Radema her, Chairman ♦��� Board of County Commissioners of Weld County MAY 1 0 2010 4 o?Dio—es3F CLARENTERPRISES CONSTRUCTION_COMPANY 80 Factory Rd. • Eaton,Colorado 80615 (970) 454-2400 • Fax (970) 454-2407 DATE:04/28/2010 EXHIBIT"A" Bid Request#B1000068 PAGE#1 OF 5 *Amended with Options. PROPOSAL SUBMITTED TO: OWNER:WELD COUNTY PURCHASING DEPT JOB NAME:KERSEY GRADER AND SAND SHEDS ADDRESS:91510"'ST. JOB SITE ADDRESS:23536 WCR 54 CITY:GREELEY CITY:KERSEY STATE:CO,80644 STATE:CO,80631 ARCHITECT/ENGINEERS:TBD PHONE:970-336-7225 DATE OF PLANS:04/28/2010 WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES FOR FURNISHING LABOR AND MATERIALS FOR 2 BEHLEN STEEL BUILDINGS TO INCLUDE THE FOLLOWING: 50'x100'x16' GRADER BUILDING: 1. Steel Building: 50'1 100' x 16' Eave height. Behlen Steel Building. 30# roof snow load,90 Mph Wind speed, 20#Ground snow per IBC 2006 code design requirements by Weld County Building Dept. 25' Bay spacing, Tapered Columns, Clear span frames. 8"Flush girts in endwalls,8"Offset girls on sidewalls,8"Roof Purlins. 2/12"Roof Pitch. C-Channel @ base for liner panel.4'Wainscot Panel on entire building. 2. Insulation: 4" (R-13) Fiberglass Insulation in walls, 4" (R-30) Fiberglass insulation Cavity system in roof.WMPVR backing on all insulation. 3. Walk Doors: 2 ea. Dominion 3-0 x 7-0 24 gauge white insulated steel walk door with Yale gradel lever latch keyed lockset, latch guards, and heavy duty closer. Locations of walk doors to be determined. 4. OH Doors: 3 ea. 20'x14' Wayne Dalton Model # 2415 Insulated Vinyl Back Commercial OH Door with Lift-master Model #T-5011 1/2 HP openers. Each door to have one 3 Button Wall mounted switch and one 3-Button remote. 5. Metal Roofing and Siding and Trim: 26 Ga. Screw Down Roof—Kynar Finish,26, all colored trim 26 gauge,matching colored screws for entire building. Colon to be decided. 6. Gutter and Downspouts: Colored Steel 5"Standard Gutter each 100'sidewall of building with 4 downspouts each side. 7. Concrete floor:6"4000 PSI interior concrete floor,all control joints to be saw-cut the same day. 8. Concrete Apron: 6" 4000 PSI exterior concrete entrained with air 4' x 100' on sidewall of building. 4' x 4'Stoop at walk door. 9. Concrete Foundation: 4000 PSI 8"x 3' Tall foundation wall around perimeter of building with pad footings at all columns. 10. Pipe Bollards: 16 Ea.6"Pipe Bollards.2 @ inside and outside of each OH Door,2 Ea @ back of 2 bays only. CIENTERPRISES CONSTRUCTION_COMPANY 80 Factory Rd. • Eaton,Colorado 80615 (970)454-2400 • Fax(970) 454-2407 EXHIBIT "A" DATE:04/28/2010 PAGE#2OF5 BUILDING PACKAGE INCLUSIONS: Continued 11. Plumbing: Underground plumbing, Includes '/." Copper waterline 20' out of building for connection to well. (Connection by others). All plumbing for 2 ADA compliant bathrooms,each bath to have 1 toilet and 1 wall hung hand sink and Mirrors. 1 floor drain in each bathroom and 1 floor drain for T&P and overflow piping from water beater. 1 6 Gallon Electric water heater located on top of bathrooms. 2 exterior frost proof silcocks with keys,2 Interior Boiler Valves. All Gas piping for 3—Radiant tube heaters. (Propane Tank and connection by Others) 12. Shop Floor Drains: 3—ea. 12"x 12"floor area drains with steel grating covers. 13. HVAC: 3—Ea.40' 100,000 BTU Propane Radiant tube heaters. 2—Each 36"Exhaust Fans for Ventilation. 14. Electrical: 100 Amp single Phase panel, 1 220V Outlet for Air Compressor, 7 Shop Outlets, 6 70W HPS Wall Packs, wiring for 2 bath fans and Lights, 1 4' fluorescent Office Light, and 4 outlets, Electric Baseboard Heat, Electrical for OH doors, 6 - 6 Lamp T-8 Light Fixtures in shop, power for septic lift station, high water alarm, Automatic Propane powered back-up generator 50%oversized for service. 15. Interior Framing: 1 Ea. 8' x 10' Office, 2 Ea. 8' x 8' Bathrooms,3-0 x 6-8 Pre-finished Timely door frames with Mendicino Prefinished doors, Lever locksets. Vinyl Cove base. Ceiling Framing will be designed at 40/10 loading for light storage above, L/480 Deflection 11 7/8" Engineered I-Joists @ 16"o.c. 2 x 4 Walls @ 16"0.C.Plumbing wall will be 2 x 6 @ 16"o.c. 16. 10' Separation wall: 10' x 50' Separation wall on 1 column line, 10' Steel liner panel on 1 side, Steel Hat Channel Vertical Framing @ 24"o.c.with 12Ga.Chain link fencing for security. 17. Interior finishes: all rooms to be V:"Sheetrock with smooth finish,Primed with 2 coats of paint. Bathroom floors will have a clear sealer. White Steel Liner Panel on Entire building exterior walls @ 8' 18. Septic System: Per Engineered design by Northern CO Geotech, This system will require a lift station. NOTE *This includes importing and placing fill to bring the leach field area to the approximate existing grade of the building pads. 19. Sand/Oil Separator: 330 Gallon Sand Oil Separator(Required for Shop Trench Drains) 20. Dirt Work: All excavation and backfill of foundation and footings, excavation and backlit' of Sand/Oil separator. Excavation and backlit'of all interior plumbing trenches. 21. Engineered Drawings: All Stamped Engineered, Mechanical, Pluming, Pre-Engineered Steel, Foundation and 1-Line Electrical Drawings. Architectural drawings with Code Analysis. flsidl ENTERPRISES CONSTRUCTION COMPANY 80 Factory Rd. • Eaton,Colorado 80615 (970) 454-2400 • Fax (970) 454-2407 EXHIBIT "A" DATE:04/28/2010 PAGE#3 OF 5 50'x 40'x 16'SALT/SAND BUILDING—BASE BID: I. Steel Building: 50'x 40" x 16' Eave height. Behlen Steel Building. 30# roof snow load,90 Mph Wind speed, 20#Ground snow per IBC 2006 code design requirements by Weld County Building Dept.25'Bay spacing,Tapered Columns,Clear span frames.8"Flush girts in end wall, 8"Offset girls on sidewalls,8"Roof Purlins. 2/12"Roof Pitch.Building to be set on 4' Concrete Stem-wall. This will be a 3-sided building with one open end wall. 2. Metal Roofing and Siding and Trim: 26 Ga. ADP1 Colored Metal screw down roof and siding. Kynar Finish,26,all colored trim 26 gauge,matching colored screws for entire building. Colors to be decided. 3. Concrete Foundation: 4000 PSI 8"x 7' Tall foundation wall around perimeter of building with pad footings at all columns. 4'Exposed concrete wall above Finished Floor. 4. Concrete Floor:6"4000 PSI Exterior Concrete Entrained with Air. 5. Electrical: 30Amp Electrical Panel with 2 circuits, 2 Sealed Glass Jar Fixtures in Ceiling and light switch,1 electrical outlet. 6. Dirt Work:Excavation and backfill of foundation and pad footings. 7. Wainscot Panel: Colored 3' 9" Tall wainscot panel on outside of entire building. Base angle(a; bottom of sheet. 8. Stem- wall protection: 8" Structural C Channel Embedded in end of Concrete stem- wall 4' Tall. BUILDING COLORS: Wainscot Panel:Patrician Bronze Upper Walls: Surrey Beige Screw-Down Roof: Patrician Bronze Trim,Gutters and Downspouts:Patrician Bronze CK ENTERPRISES CONSTRUCTION COMPANY 80 Factory Rd. • Eaton,Colorado 80615 (970) 454-2400 • Fax (970) 454-2407 EXHIBIT "A" DATE:04/28/2010 PAGE#4OF5 WELD COUNTY RESPONSIBILITIES: I. ALL SITE PLAN DRAWINGS FOR BUIDING PERMIT SUBMITTAL. 2. STORMWATER DISCHARGE PERMIT. 3. DUST CONTROL PERMIT. 4. ANY COST FOR INSTALING AND REMOVING SILT FENCING,EROSION CONTROL OR VEHICLE TRACKING PADS. 5. LEVEL SUBGRADE OF BUIDLING PADS TO*1-10".ACCESSABLE GRAVEL ROAD AT ENTRANCE AND GRADED SITE FOR STAGING OF MATERIALS. 6. ALL COST FOR ELECTRICAL DESIGN AND ENGINEERING WITH EXCEL ENERGY FOR BRINGING POWER TO NEW BUIDLING SITE,INCLUDING EXCAVATION,TRANSFORMER,AND PAD,ALL COSTS OF LABOR AND MATERIALS FOR ALL ELECTRICAL CONNECTIONS. 7. ALL COSTS FOR ANY COMPACTION TESTING NEEDED,ANY CONCRETE TESTING,ENGINEERED STEEL BUILDING INSPECTIONS. S. ALL COSTS FOR BUIDLING PERMITS. 9. ALL COSTS FOR PERFORMANCE BOND. 10. COST OF STATED CONTRACT PRICE AND ANY AUTHORIZED CHANGE ORDERS. I L ALL FINAL GRADING AROUND BUIDLINGS AND FINAL SITE GRADING AND DRAINAGE. 12. FIRE EXTINGUISHERS FOR BUIDLING. 13. *ANY COST FOR DE-WATERING THE SITE DUE TO HIGH GROUNDWATER CONDITIONS. CHANGE ORDERS: I. ALL CHANGES MADE BY OWNER OR ITS REPRESENTATIVE,CITY,COUNTY,OR STATE OFFICIALS, ARCHITECT OR ENGINEER FROM THE ORIGINAL CONTRACT WILL RESULT IN AN ADDITION OR DELETION TO THE COST OF THE ORIGINAL CONTRACT TOTAL. 2. CHANGES WILL NOT BE PERFORMED UNTIL BOTH CONCERNED PARTIES HAVE APPROVED THE CHANGE ORDER FORM. CONTRACTOR RESPONSIBILITIES: I. ALL WORK TO BE CONDUCTED IN A WORKMAN LIKE MANNER ACCORDING TO STANDARD PRACTICES AND IN ACCORDANCE WITH OSHA REGULATIONS FOR SAFETY. 2. JOB SITE IS TO BE KEPT IN A CLEAN,SAFE AND ORDERLY FASHION. 3. CLARK ENTERPRISES CONST.CO.AND ALL OF ITS SUBCONTRACTORS ARE FULLY INSURED WITH WORKERS COMPENSATION.LIABILITY AND BUILDERS RISK INSURANCES.CERTIFICATIONS OF THESE POLICIES TO BE PROVIDED TO OWNER. 4. PORTABLE RESTROOM FACILITIES AND TRASH REMOVAL. 5. CONTRACT INCLUDES ALL FREIGHT FOR MATERIALS,ALL LABOR AND BOND COST. 6. CLARK ENTERPRISES CONST.CO.IS NOT RESPONSIBLE FOR ACTS OF GOD,STRIKES,WEATHER DELAYS, MATERIAL SHORTAGES OR SHIPMENT DELAYS,OR ANY OTHER CONDITIONS BEYOND ITS CONTROL. 7. I YEAR WORKMANSHIP WARRANTY,ANY OTHER WARRANTIES OR CONDITIONS,EXPRESSED OR IMPLIED,ARE SPECIFICALLY EXCLUDED. ENTERPRISES CONSTRUCTION COMPANY 80 Factory Rd. • Eaton,Colorado 80615 (970) 454-2400 • Fax(970) 454-2407 EXHIBIT"A" DATE: 04/28/2010 PAGE#5 OF 5 TERMS: I. WE HEREBY PROPOSE TO FURNISH LABOR AND MATERIALS-COMPLETE IN ACCORDANCE WITH THE ABOVE SPECIFICATIONS,FOR THE SUM OF: *TWO-HUNDRED FIFTY FIVE THOUSAND-FIVE HUNDRED FIFTY AND 00/100DOLLARS IS255,550.01II WITH PAYMENTS TO BE MADE AS FOLLOWS:BUILDING DOWNPAYMENT THEN MONTHLY PROGRESS BILLING FOR LABOR AND MATERIALS. 2. A LATE CHARGE WILL BE ADDED AT A"PERIODIC RATE"OF 1.75%PER MONTH,WHICH IS AN ANNUAL RATE OF 21%IF PAYMENTS AS DESCRIBED ABOVE ARE NOT RECEIVED IN THIRTY DAYS FROM INVOICE DATE. 3. OWNER HEREBY GRANTS CLARK ENTERPRISES CONST.CO.A MATERIALMEN'S/MECHANIC'S LIEN ON TILE SUBJECT MATERIAL AND LABOR IN THE EVENT THAT PAYMENT IS NOT MADE AS DESCRIBED ABOVE,AND AGREES TO THE FILING OF THIS DOCUMENT TO EVIDENCE SAID LIEN. AUTHORIZED SIGNATURE:CLARK ENTERPRISES CONST.CO. NOTE:THIS PROPOSAL MAY BE WITHDRAWN IF NOT A EPTED WITHIN 30 DAYS. ACCEPTANCE OF PROPOSAL THE ABOVE PRICES,SPECIFICATIONS,AND CONDTITONS ARE SATISFACTORY AND ARE HEREBY ACCEPTED. THE WORK IS HEREBY AUTHORIZED AS SPECIFIED. PAYMENT WILL BE MADE AS OUTLINED ABOVE. ACCEPTED: n q DATE:_ MAY le 2010_ OWNER: / NAME:��I� 1"'I.cki Y.-1/ TITLE: Douglas Rademacher, Chair CONTRACTOR: CLARK ENTERPRISES CONST. CO. A i• NAME:SkrielvakeddigEredi '1116 TITLE: / ,_. ... _.�.. 40,,t ‘i, MEMORANDUM ' TO: Monica Mika, Director of Finance & Administration CDATE: March 25th, 2010 FROM: Pat Persichino, Director of Public Work COLORADO SUBJECT: Kersey Grader Shed Bid #61000068 Public Works recommends awarding the bid to Clark Enterprises of Eaton, Colorado for the construction of the Kersey Grader Complex. Clark submitted the low bid for a total of $247,000 for the Grader and Salt sand sheds plus Alt 1 Accent Panels. Recommend Approval Pat Persichino Weld County Director of Public Works Orr/C) 2. 6/0 - g / F6000a_ WELD COUNTY PURCHASING ("I0 915 10TH St Room #334, Greeley CO 80631 E-Mail: mwalters(a�co.weld.co.us E-mail: reverettanco.weld.co.us Phone: (970) 356-4000, Ext 4222 or 4223 wineFax: (970) 336-7226 COLORADO DATE OF BID: March 9th, 2010 REQUEST FOR: KERSEY GRADER SHED COMPLEX DEPARTMENT: Public Works Dept BID NO: #B1000068 PRESENT DATE: March 15th, 2010 APPROVAL DATE: March 29`h, 2010 VENDORS Cost 100'x50' Cost of 40'x50' Total CLARK ENTERPRISES CONST. $202,600.00 $44,400.00 $247,000.00 80 Factory Road Eaton CO 80615 TC2, Inc $195,623.00 $69,877.00 $265,500.00 28540 Douglas Park Road Evergreen CO 80439 COMMERCIAL BUILDING SERVICES $223,072.00 $59,784.00 $282,856.00 7561 S Grant St, Ste. A4 Littleton CO 80122 GROWLING BEAR CO $235,372.00 $48,408.00 $283,780.00 2330 4TH Avenue Greeley Co 80631 McCAULEY CONSTRUCTORS INC $234,800.00 $54,900.00 $289,700.00 PO Box 200 Windsor CO 80550 BUILDINGS BY DESIGN $246,154.00 $49,787.00 $295,941.00 18163 MCR 26 Brush CO 80723 CG CONSTRUCTION $241,200.00 $59,400.00 $300,600.00 35190 WCR 19 Windsor CO 80550 BRINKMAN CONSTRUCTION $298,853.00 $64,520.00 $363,062.00 1530A 15TH Street Denver CO 80202 HALL-IRWIN CORP LATE BID Milliken CO 80543 LANDMARK BUILDERS LATE BID Evans CO 80620 2010-0538 *Bids are being reviewed at this time. 3l E6 jS7c1010 cx � Hello