HomeMy WebLinkAbout20100503.tiff Johnson 360 Whitney Bay
Controls Windsor, CO 80550
Phone 970-231-8998
Fax:970-797-1693
Email Charles.e.Hal1 (@,1CI.com
QUOTATION
March 20, 2010
To: Weld County
Attn:Toby Taylor
Subject: Weld County Controls Upgrade(Bid Request Number B1000067)
Terms: Freight Included,F.O.B.Factory
Net 30 Days,No Taxes Included
2%Pre-payment discount if applicable
Dear Mr Taylor:
We are pleased to have the opportunity to quote the following equipment and services for the above referenced
project.
SCOPE OF OFFER
Item I: Temperature Controls
1400 Administration Building
1402 Administration Building
Item II: Temperature Controls
934 9th Ave Building
ITEM I: Temperature Controls TAG:
Variable Air Volume Boxes(Controls only)Typical of 36 Boxes
• Zone Temperature-Al
• Warm/Cool Ad-AI
• CFM Sensor-Al
• Discharge Air Temperature-Al(extra above scope)
• Damper Command-AO
• (I)Heating Valve Command-DO(reuse existing valve)
PAGE 1 OF 4
' * t;, AO
63n t tit ark_s-5-aoio :C.'Site Ac aow -05O3
.F; 0013
Weld County Bid Request B 100067
Rooftop Unit Typical of 2
• Supply Fan Command-DO
• Supply Fan Status-DI
• Discharge Air Temperature-Al
• Mixed Air Temperature-Al
• Duct Static Pressure-AI
• Building Static Pressure-Al
• Mixing Dampers Command-AO
• Inlet Vane Command-(2-DO)
• (4)Stages of Cooling-DO
• Smoke Detector Input-DI(Reuse existing Smoke Detector)No work on FA system
• Digital Controller Bacnet MS/TP(Open protocol system)
Temperature Controls Network
• Network Automation Engine
ITEM II: 934'"9Ave Building TAG:
Air Handling Units Typical of 12 units
• Supply Fan Command-DO
• Discharge Air Temperature-Al
• (2)Stages of Cooling-DO
• (2)Stages of Heating-DO
• Digital Controller Bacnet MS/TP(Open protocol system)
Temperature Controls Network
• Network Automation Engine
Global Control System to include:
• Provide project engineering,drawings,installation,check-test-start,programming,project management and
a one-year parts and labor warranty.
PAGE 2 OF 4
Weld County Bid Request B100067
Prolect Bid Clarifications to Include:
Miscellaneous Clarifications:
• All work can done during normal business hours
• All conduit for project can be EMT type
• Plenum rated cable can be used for all assessable concealed areas
• Owner will provide IP address and network drop at Network Control Engine
• Mechanical repairs to systems is excluded.
• Complete Building Air Balance for 1400 and 1402 Building.
• Specification are located in the Bid Request Form Number B 1000067(Attachment A)
Pricin
Base Price $89,900.00
IMPORTANT: This proposal incorporates by reference the terms and conditions on the reverse side
hereof.)
This proposal is hereby accepted This proposal is valid until:
And Johnson Controls is authorized 30 days after quote
To proceed with the work;subject,
However to credit approval by Johnson
Controls,Inc.,Milwaukee,Wisconsin. JOHNSON CONTROLS,INC.
hihiessleaS
P.O.Number Charles Hall e//0'(L
igna e c.At e'
Douglas Rademacher, Chair
Board of Weld County Coigystisnpx
PAGE 3 OF 4
°PO/D-Os03
Weld County Bid Request B100067
JOHNSON CONTROLS CONDITIONS OF SAS F
I.CONTROLLING PROVISIONS:AIL SALES ARE EXPRESSLY LIMITED TO AND THE RIGHTS OE THE PARTIES SHALL BE GOVERNED EXCLUSIVELY BY THE TERMS
AND CONDITIONS STATED HEREIN WHETHER THIS CONTRACT,OF WHICH THIS CONDITIONS OF SALE IS A PART REPRESENTS AN OFFER BY SE IFR OR SELLER'S
CONDITIONAL ACCEPTANCE OF BUYERS OFFER SHIERS OFFER IS EXPRESSLY CONDITIONED ON BUYER'S ACCEPTANCE OF THE TERMS AND CONnrnONS OF
THIS CONTRACT. SEILER'S ACCEPTANCE OF BUYERS OFFER IS EXPRESSLY CONDITIONED ON BUYER'S ASSENT TO THE TERMS AND CONDmONS OF THIS
CONTRACT-No addition to,wove or modification of these tens and conditions than be binding on Seller Wens opresdy agreed ton Ss by Sella.Al quotations or resulting contracts
dun be interpreted miler the laws of the State ofPenmylwmia No sale than be final until acknowledged in writing by Seller.
2.TERMS,TAXES AND PRICES:a Tana of payment are subject to the approval of Seas credit department.Unless otherwise agreed ton sailing by Seller,all payments are due net thirty
(30)days from the data of novice.In the evert that the Buyer hat failed to pay Sella for products or services ordered ardor difemt conning or under Mo Coronet a required by the term ad
conditions of said contracts or Commct Seller, at its option dull have the right to make any delivery ode this Contract payable on a cash before-shimmed basis.In the we of export sales,
bless otherwise agreed to n wring by Seller,all payments arc to be by meals of a confirmed irrevocable letter of credit.b In addition to the price pecifid in the Contract between the parties
(referred to in this Conditions of Sale rs'Conrad"),Buyer gull pay Seller the amoud of any excise,des,privilege,use or any other taxes or govetnvn doges,total,stale or federal,writ
arise from the sale or delivery of the products,or in lieu thereof Buyer than provide Seller with a tax exemption certificate acceptable to the appropriate taxing authorities c.Prices and deliveries
are FOB..porn of manufacture Pow on accred orders ad covering Sellmmmndatmed products ere firm for a period of 90 days from date of acceptance.Seller reserves the right to
increase the pries at the time of shipment to the mart of any inane in ma to it of any Ian not of Sellers manufacture on Midi firm pies were not available on the date of acceptance.
3 SHIPMENT:Deliveries are F.0 B.point of rrmufacture.Risk of loss than pass to the Buyer upon delivery to the carrier Any calms for damage or loss n shipment are between the carrier and
Buyer.Sella shall rot be involved in such daunt beyond Seller's assistance is processing and securing infanta'pertaining to such damage damn.
4.DELAYS:The delivery date(s)coder the Contract is only an eamee and is based upon prompt receipt of ed necessary information from Buyer.The delivery date(s)is subject to and shall be
extended by delays caused by mikes fires,accidents,shortages of labor or materials,arbagoes or delays it ma<ysetation,comilince with government agency or official requests,or ay other
similar or dissimilar cause beyond the reasonable control of Sella FAILURE TO DELIVER WffIN THE TIME ESTIMATED SHALL:NOT BE A BREACH OF CONTRACT ON SELLERS
PART AND IN NO EVENT WHATSOEVER WILL SELLER BE RESPONSIBLE OR BUYER ENTITLED TO ANY DIRECT OR INDIRECT INCIDENTAL OR CONSEQUENTIAL
DAMAGES ARISING OUT OR OF OR RELATING TO ANY DELAY IN DELIVERY.If Buyer causes Seller to delay shipment or completion of work,Sella dull be entitled to my ad all
extra cost ad e,peas resulting from such delay.
5.CANCELLATIONS AND ALTERATIONS.a Accepted orders may by cancelled by Buyer only with Sellels express written consent If cancellation is allowed,Buyer agrees to payee Seller
al expenses incurred ad damage smarmed by Seller on account of such cancellation,plus a reasonable profit b.The delivery date(s)or specifications of accepted orders,whether completed or in
process,cannot he altered erupt by Seder's eprea written consent and upon terns Mich will udernily Seller for all expenses incurred and damages sneaked by Seller on axon of such
alteration,plus a reasonable profit
6 WARRANTY Subject to the tares,conditions and limitations hereinafter sat forth,Sale warrants,to the original Buyer only,each new product mmufactured by seller to be free from defects
in material ad workmanship Seller's come end exclusive obligation and liability,and Buyer's sole and exclusive remedy,under the warranty is limited to repairing or replacing at Sellers option,
free of charge,F.O.B.factory,any part provng defective dung the duration of this express warranty The obligations of Seller coda the warranty dill not include any trasporumn cost,labor
coda.Mammon cods or other costs or charges associated with the repair or replacement This warranty shall not be enforceable ifthe Buyer is in default in making any contract payment The
dmatior of this apron wera*(a)for new equipment It months from the date of dipmenr ad(b)for any YORK replacement part is 90 days after the date of installation This wmnty does
not cover Mme caned m whole or in pat by(1)urpmper naallatlon,by other that YORK, or maintenance,(2)=proper use or applih`n^n(3)corrosion;(4)moral detetiorama(5)
operation beyond rated cro ity,(6)the use of replecmart parts or lubricants which do roe nest or exceed Seller's specifications or(7)improper repairs Products fumidhed,but not
manufactured by Seller,are not covered by this warranty,but by only such warranties as are given by the said mmnuf diners to Seller To qualify for warranty comsidaaion at the earlier of the
Buyer's discovery of the defect or the time at With the Buyer should have discovered the defect;Buyer ant immediately notify Seller ad mss promptly thereafter rerun to Seller(freight
prepaid)all defective parts THIS WARRANTY LS EXCLUSIVE AND IN IIEUOF AIL OTHER EXPRESS OR IMPLIED WARRANTIES INCLUDING WITHOUT LIMITATION ANY
WARRANTY OR MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE WHICH ARE HEREBY DISCLAIMED THE OBLIGATION AND LIABILITY OF YORK
(SELLER)UNDER THE EXPRESS WARRANTY STATED SHALL NOT INCLUDE LIABHIIY FOR LOSS OF USE,LOSS OF PROFITS OR ANY OTHER DIRECT OR INDIRECT
INCIDENTAL OR CONSEQUENTIAL DAMAGES CAUSED BY THE FAILURE OF ITS PRODUCT OR ANY DEFECT IN THAT PRODUCT OR DELAY IN REMEDYING THE SAME.
7.LIABILITY:Seller shall not be liable to Buyer for(a)any losses:(b)any direct or indirect incidental or corsettrenial damages or(c)any delays,caused by the failure of its product or any
defect in that product,except to repair or replace defective pans a provided for is the Warranty provision Salays warranty runs only to Buyer ad does not extend expressly or by rnenlioaun,to
any other person Buyer agrees that Seller's fWOWmmt of its obligations ceder the Waraay provision dell constitute a fdfillmmt of all S Lds liabilities.whether in contract or in tort,with
respect to the Contract.Buyer also agrees that Seller dull not be liable for arty damages to Buyer or to a dad person Ming out of the presence oft the installed products on Buyer's premises or out
of the Use or operation thereof In no event wMaaever,than Seller be held liable to Buyer for any direct or indirect incidental or consequential damages.
e.PATENTS:Seger agrees to indemnify.Bye aganst all damages ad cons it. d at arty patent litigation upon Buyer's use of Seller's products in the mama wended by Seller in an amount
not exceeding the sum paid for the infringing products provided(I)Byer immediately notifies the Seller in writing of any such claim of infingnrent(2)Buyer allows St to airplay counsel,
codud the defense tellurian),and asset Sager with the defense:and(3)Bye that have paid for all the products or than not be in default=any of the required payments.Seller assumes on
liability a to possible perm infringement by virtue of the use of its products in mnchmation with other dements or structure or the use of products manufactured to Buyer specifications.If any of
its products should be held in any such shit to constitute infringement and es use edited Seller shall have the net.at Seller's option,at its own expense,either to procure for Buyer the right to
continue such use or to substitute,other nn-nfringing or to rmate such maiming products and regard to Byer al money paid to Seller Except as herein specifically provided,Seller dull not be
liable to Buyer for any patent=fingeent by said products or ay part thereof
9.EQUIPMENT NOT SPECIFIED:Machinery, equipment,modals ad labor services,including argmet r s or mediae.",services.not specified in the Contract,are to be hummed in at
casts by Buyer.
Ill.CHANGES OF CONSTRUCTION AND DESIGN:Sdb reserves the right to change or revise the construction ad design of the products Purchased*Rena if a its judgment is 0 m its
own or Buyers best interest to do n.Buyer agrees to bar the equine of meeting any charges or modification in local code requirements which become effective after Seller has accepted
Buyer's order.
I I.MATERIAL SPECIE®BY CONTRACT The Contact specifies the products supplied by Sella.The imam or the kid of such products u not changed nor increased by anything
dawn upon drawings firmned by Sella which are earthen of the Contract docnmts.
12.RETURNED PRODUCTS AND RESTOCKING:Products may not be returned without the express eaten camaht of Seller ad in aawrdnce with slipping instruction from Seller.All
transportation charges to and from Seller's factory are to be paid by Buyer.Products made to special order are not rctuveble.A restocking charge of not less than twenty prate(20%)will apply
on standard products accepted by Seller foreman and credit.Seller will not be respaenLle for the disposition of returned products unless the tans of this provision are complied with
03.ENTIRE AGREEMENT:The panes agree that there an no agreements or representations express or impfed,between the parties other than what is contained in thus Contract of which this
Conditions of Sale is a pan.which represents the entire agreement between Selo and Byer with the exception of those agreements,day.yresdy agreed to in writing by Seller.No course of
prior dealings ad no usage of the wade than be relevant to supplement or explain any tenth used n this Contract.The Contra's between the parties may be modified or rescinded only by a writing
signed by both Sella and Buyer.
14.CHARACTER OF PRODUCT AND SECURITY INTEREST:The products delivered by Seller ceder the terms of the Conroe shall remain personal property ad reran its character as
such no natter in Met name affixed or attached to any structure or property.Buyer gran Seller a security interest in said products,any nplacennant Pans ad any proceeds thereoftw alt sun
due Sella have bun paid to it in cash This security interest shall secure ell indebtedness or obligations of whatsoever nature now or hereafter owing Buyer to St.Buyer shell pay an egresses of
any nature W utsoe r marred by Seller in cmavunn with said security interest.
I5.INSURANCE.Buyer agrees to insure the products delivered coda the Contract in an aunt at least end to the purchase pence against loss or damage from dire,cod,water or other causes
within such period will not relieve Buyer from its obligation under the Contract.The insurance policies are to be made payable to Seller ad Buyer in accordance with the requchve interests,and
when issued are to be delivered to Seller and held by it.Failure to take out ad maintain such insurance shall entitle Seller to declare the more purchase price to be immediately de ad payable ad
dill also entitle Seller to recover possession of said products.
16.INSTALLATION:If installation by the Seller is included within this quotation,Purchaser dull provide all oldie following a its own expanse and at all timer pertinent to the ovulation:
a)Free,dry,unrestricted ad continuous access to Purchaser's premises
b)Proper foundations,lighting power,water ad storage fadkle reasonably required
PAGE 4 OF 4
Attachment A
*******************
REQUEST NO
B1000067
*******************
BOARD OF COUNTY COMMISSIONERS OF THE
COUNTY OF WELD, STATE OF COLORADO,
BY AND THROUGH ITS DIRECTOR OF ADMINISTRATIVE SERVICES
DATE: February 4T", 2010
THIS DOCUMENT CONTAINS GENERAL INFORMATION FOR THE PURCHASING PROCESS OF
WELD COUNTY GOVERNMENT. ALL ITEMS MAY NOT BE APPLICABLE.
I. NOTICE TO BIDDERS
A. The Board of County Commissioners of the County of Weld, State of Colorado, by and
through its Director of Administrative Services, wishes to purchase the following:
HVAC CONTROLS UPGRADE FOR VARIOUS BLDGS
BUILDINGS& GROUNDS DEPT
B. Bids for the above stated merchandise, equipment, and/or services will be received at
the office of the Weld County Purchasing Department, 3i° Floor, 915 10th Street,
Greeley, Colorado, 80631 until: FRIDAY. FEBRUARY 26T" 2010 Ca) 2:00 PM (WELD
COUNTY PURCHASING TIME CLOCK). BE ADVISED THAT THE WELD
COUNTY CENTENNIAL CENTER, 915 10Th STREET, GREELEY COLORADO IS A
SECURE FACILITY. ALL PERSONS ENTERING THE BUILDING MUST PASS
THROUGH SECURITY. IF YOU DECIDE TO DELIVER YOUR BID IN PERSON YOU
SHOULD ALLOW ENOUGH TIME TO ARRIVE AT THE PURCHASING
DEPARTMENT AT OR BEFORE THE ESTABLISHED BID TIME.
***NOTICE PRE-BID WALK THROUGH DATEITIME ON PAGE 8***
II. INVITATION TO BID
A. The Board of County Commissioners of the County of Weld, State of Colorado, by and
through its Director of Administrative Services, requests bids for the purchase of the
above-listed merchandise, equipment, and/or services.
B. Said merchandise and/or equipment shall be delivered to: to be specified.
C. 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 Board of County Commissioners of Weld County to pay if awarded the
bid.
D. The Weld County Purchasing Dept requests that your bid be emailed as well as mailed
or faxed. The email addresses are: mwaltersAco.weld.co.us or reverettco.weld.co.us.
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 your bid proposal. If
mailed bids should be sent in a sealed envelope with the bid title and bid number on it,
to Weld County Purchasing, 915 10t' Street Room #334, Greeley CO 80631. Bids may
be faxed to 970-336-7226 attention purchasing. The vendor must include the following
statement on the facsimile or email, "I hereby waive my right to a sealed bid".
Please call Purchasing at 970-336- 7225 if you have any questions. Bid information
and bid tabulations can be found at www.co.weld.co.us listed under the
Purchasing Department. (Please check website for any changes/addenda before
submitting your bid.)
BID REQUEST NO#B1000067
Page 2
ENERGY CONSERVATION SAVINGS 50 % per Bldg OR $ per
AMOUNT OF TIME TO COMPLETE WORK 150 days from signed contract
MANUFACTURER Johnson Controls, InC. AMERICAN MANUFACTURED? X YES NO
TOTAL PROJECT COST $ $89, 900
This bid is to upgrade the Heating, Ventilation, and Air Conditioning (HVAC) controls located at three
Weld County buildings:
1. 1400 Administration Building located at 1400 N 17th Ave, Greeley, CO
2. 1402 Administration Building located at 1402 N 17th Ave, Greeley, CO
3. Courthouse Annex locate at 934 9th Ave, Greeley, CO
Currently, these buildings are operating on a system which has basic start/stop functions. The scope
of work is to replace existing controller and upgrade DDC controls to include the following as a
minimum:
1. RTU inputs: supply fan status, supply Air temperature, mixed air temperature, smoke, duct
static, building static, outside air temperature.
2. RTU outputs: supply fan start/stop, supply fan vane control, OA/RA Air damper, cooling
enable/disable, heating enable/disable.
3. VAV inputs: room temperature, room temperature adjust, supply air CFM
4. VAV outputs: Damper Actuator, hot water reheat coil.
5. The system shall be capable of performing time of day scheduling, night set-back, and holiday
scheduling
In addition, a complete building air balance with report will be required after the installation/upgrade.
Familiarization with the Site: The prospective Bidder shall by careful examination, field verify
conditions.
Energy Conservation
1. Bidders must provide an energy savings as a result of an upgrading a system to DDC with time
of day scheduling, night set-back, and holiday scheduling.
2. This savings can be expressed in terms of percentages/costs per year, month, unit, etc.
Bidder Name Johnson Controls
360 Whitney Bay del e7@
Windsor, CO 80550 Charles Hall
Phone 970-231-8998 Service Manager
Email Charles.e.hall@jci .com Johnson Controls, Inc.
Fax 970-797-1693
BID REQUEST NO#B1000067
Page 3
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".
Buv 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 https://www.acquisition.gov/Far/current/html/Subpart%2025 6.html#wp1077024
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-276a-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 construction, alteration, maintenance or repair. The new interim rule clarifies
that all programs or activities funded by ARRA and meeting the Davis-Bacon criteria will be
subject to the requirements of Davis-Bacon.
Section 1606 of the Recovery Act requires that all laborers and mechanics employed by contractors
and subcontractors on projects funded directly by or assisted in whole or in part by and through the
federal government pursuant to the Recovery Act shall be paid wages at rates not less than those
prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in
accordance with subchapter IV of chapter 31 of title 40, United States Code.
Specific guidance can be obtained through the Department of Labor. The following is general
guidance: The DBA applies to laborers and mechanics employed at the work site. Auditors,
inspectors, and other personnel not performing physical or manual work at the site of the work are not
covered by DBA. Working foremen are covered for the time they spend working as a laborer or
mechanic. Time spent filling out forms or ordering supplies is not DBA-covered work. Material
suppliers are not DBA-covered if they spend only an incidental amount of time performing work at the
site. Contractors may pay more than is required under the DBA, but they must never pay less. If the
employee is paid the DBA wages for all activities, there would be no need to separate those activities
for reporting requirements.
BID REQUEST NO #61000067
Page 4
Certified Payroll
The awarded contractor will be required to pay employees on a weekly basis and submit completed
certified payroll to Weld County weekly. As a minimum, the certified payroll must include: certified
payrolls, accurately completed Department of Labor form WH 347, accurate classification of workers,
contract wages and fringe benefits, all work in excess of 40 hours during the standard work week
must be paid at 1.5 times the basic rate of pay; fringe benefits are hour for hour. Form WH347 is
available at: http://www.dol.gov/whd/forms/wh347.pdf Fringe benefits may be paid as cash or to
funds, plans or programs or could be a combination. If paid to funds, plans or programs, they must
be for bona fide benefits (i.e. health insurance, pension, etc.) For reporting/tracking purposes fringe
benefits must be expressed in a dollar amount per hour.
Prevailing Wage
The prevailing wage of workers is determined by the Department of Labor through wage decisions.
The laborers and mechanics employed at the work site must meet the minimum wage as identified in
the current wage decision. The current rate is available at: http://www.qpo.qov/davisbacon/co.html ,
Below is the wage decision for 1/8/2010. Please note the experience level is not a factor in decision.
For example: an Apprentice, Journeyman, and Master must make at least the minimum identified.
GENERAL DECISION: CO20080010 01/08/2010 CO10
Date: January 8, 2010
General Decision Number: CO20080010 01/08/2010
Superseded General Decision Number: 0020070010
State: Colorado
Construction Type: Building
County: Weld County in Colorado.
BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of
single family homes and apartments up to and including 4 stories)
Modification Number Publication Date
0 02/08/2008
1 02/15/2008
2 03/07/2008
3 04/04/2008
4 06/06/2008
5 07/04/2008
6 08/15/2008
7 09/05/2008
8 10/03/2008
9 10/24/2008
10 11/07/2008
11 12/05/2008
12 01/02/2009
13 06/05/2009
14 07/03/2009
15 08/07/2009
16 09/11/2009
17 11/13/2009
18 01/08/2010
BID REQUEST NO#B1000067
Page 5
AS B E0028-001 07/01/2009
Rates Fringes
Asbestos Workers/Insulator(Includes application of
all insulating materials, protective coverings,
coatings and finishings to all types of mechanical
systems). $ 23.54 11.13
CARP2834-001 05/01/2009
Rates Fringes
MILLWRIGHT $ 27.60 10.65
ELEC0068-010 06/01/2009
Rates Fringes
ELECTRICIAN
(Including Low Voltage Wiring and Installation of
Fire Alarms) $ 31.00 11.40
* ELEV0025-002 01/01/2010
Rates Fringes
Elevator Constructor $ 36.94 20.24
FOOTNOTE:
a. Employer contributes 8% of basic hourly rate for over 5 years' service and 6% basic hourly rate
for 6 months' to 5 years' service as Vacation Pay Credit.
PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Veterans
Day;Thanksgiving Day; Friday after Thanksgiving Day; and Christmas Day.
I RON0024-001 11/01/2009
Rates Fringes
IRONWORKER, STRUCTURAL $ 24.80 9.91
PAI N0930-001 07/01/2009
Rates Fringes
GLAZIER $ 27.95 7.10
BID REQUEST NO#61000067
Page 6
PLUM 0003-001 08/01/2009
Rates Fringes
PLUMBER
(Excluding HVAC work) $ 33.37 10.45
PLUM0208-001 07/08/2009
Rates Fringes
PIPEFITTER
(Including HVAC pipe) $ 33.30 10.52
SHEE0009-001 E E 0009-001 07/01/2009
Rates Fringes
Sheet metal worker
(Includes HVAC duct and installation of
HVAC systems) $ 30.55 11.67
SUCO2001-010 12/20/2001
Rates Fringes
CARPENTER $ 13.99 3.78
Laborer, common $ 8.00
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may
be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect
collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
BID REQUEST NO#B1000067
Page 7
WAGE DETERMINATION APPEALS PROCESS
1) Has there been an initial decision in the matter? This can be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for summaries of surveys, should be with
the Wage and Hour Regional Office for the area in which the survey was conducted because those
Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this
initial contact is not satisfactory; then the process described in 2) and 3) should be followed.
With regard to any other matter not yet ripe for the formal process described here, initial contact
should be with the Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2) If the answer to the question in 1.) is yes, then an interested party (those affected by the action)
can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8
and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the interested party's position and by any
information (wage payment data, project description, area practice material, etc) that the requestor
considers relevant to the issue.
3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the
Administrative Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
•
BID REQUEST NO. #B1000067
Page 8
***THERE WILL BE A PRE-BID WALK THROUGH FOR THIS PROJECT ON FRIDAY. FEBRUARY
19Th. 2010 C0.7:30 AM. TOBY TAYLOR. DIRECTOR OF BUILDINGS &GROUNDS WILL HANDLE
THIS PROJECT. PLEASE MEET OUTSIDE THE 1400 N 17Th AVENUE BLDG. CALL THE WELD
COUNTY PURCHASING DEPT IF YOU PLAN TO ATTEND (970-356-4000 X4223.) THANK
YOU!***
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 Administrative Services,
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
Administrative Services 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., titled "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.
BID REQUEST NO B1000067
Page 10
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 Administrative Services 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 t 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 Administrative Services. 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 Department, PO 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 sll
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.
"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.
BID REQUEST NO#B1000067
Page 9
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 Administrative Services. 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
retumed 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.
BID REQUEST NO B1000067
Page 11
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 Administrative Services. 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 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
, 19 . 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.
APR-02-2010 FRI 11:04 AM WELD COUNTY PURCHASING FAX NO. 970 336 7226 P. 01
later
vi Ie
•
FAX TRANSMISSION
Weld County
Purchasing
915 10T" STREET, ROOM #334 GREELEY CO 80631
Fax: 970-336-7226
Phone: 970-356-4000, ext. 4223
EMAIL: mwalterseco.weld.co,_us
WEBSITE: www.co.weld.co_as (Purchasing Dept)
JOHNSON CONTROLS Dote: April 2, 2010
To: % CHARLES HALL ;;
Fax: 797-1693 PAGES:
Phone: 231-8998 WELD COUNTY GOVERNMENT
% PURCHASING DEPARTMENT
MARCIA WALTERS
From: 91510 STREET
GREELEY CO 80631
RE: PURCHASE ORDER FOR THE HVAC CONTROLS UPDATE BID
#81000067.
COMMENTS:
HI CHARLES, HERE IS THE PO FINALLY. I APOLOGIZE FOR NOT GETTING THIS
DONE SOONERI HAVE A GREAT DAY/WEEKEND. LET ME KNOW IF YOU NEED
ANYTHING ELSE. WE DO PAY ON INVOICES AS SOON AS WE GET THEM.
THANKSI
SINCERELY,
MARCIA WALTERS
WELD COUNTY PURCHASING DEPT
CONFIDENTIAL
This facsimile is intended only for the use of the kidMdied ar entity to'whlth it Is addressed and may contain information that Is
privileged. confidential, and exempt from disclosure under applicable laic If ttwi reader of this focsinele it not the intended
recipient nor the employee or agent responsible far delivering the facsimile to The Intended recipient. you are her thy notified that
arty dissemination. distribution, or copying of tide eoeeiiwiisation is strictly prohibited. If you have received this eaminuid ation w
error, please notify in immediately by telephone and return the original message to us at the above address via the U.S. Postal
Service_ Thank you.
|
§ , |
| § § 2
a a . a
a .. . .
2 R
% § § , ,
ri c n
) ;
§
gL , ® §
) ! . : a \ § \ )
\ § { / ( ` Vn f.
• arww m a � |
\ � ( § � 2 -5|
2. . § ri a£
■Lid
§ R ; } |i !
§ , \ , ] b § ` � e �! ,&
iii § . ® telrI h . § | I! !)
O. E4 § � » |] \!
M \ , 2w - § _k 02 k -e : 7 :7 k!
. 2 412s
§ ° ` . § & |f| )f
` Pi * § § § \ k � . § 2 ! rf
,
! hi Q \ § � / � \ ' § \ � � 1 h
. _ . •
4 | - a § EA
§ ; § & § 2 | f$ | a
!2 ` �B ` § 4 m } § o ; , n § mOW 141 $°31
fib
2}a ■ ) § 2 B § / . ar .ki ® , / |E- la silt
! Ni � ( 3 ; § « § ■ / e { !|
(�\ \ 2 � � / Omesr4 \ \ ,H \l �
f ` s : § q [ 9 � r § q , . 9H 153. 111|
2 [ § 01 ! § § ) § k ) ) \t^a22!
l
12 ° ii
§7\ g!{�
see/. 988 B B! N � OISVHO dANB G; r w KG! IN RION ?
« 'd sBdw '
MEMORANDUM
To: Board of County Commissioners
W From: Toby Taylor
Co
Re: oby Controls Update for Various Buildings: Bid
COLORADO B1000067
Date: March 25, 2010
As advertised, this bid is to perform Heating, Ventilation, and Air Conditioning Controls
upgrades at three buildings: Building 1400, 1402 and Courthouse Annex.
The low bid from Frontier Mechanical stated their system would achieve an energy
savings of 5%-15%. The second low bid from Johnson's Controls stated their system
would achieve an energy savings up to 50% once configured.
Buildings and Grounds recommends the bid from Johnson's Controls for $89,900 be
awarded based on the projected energy savings.
If you have any questions, please contact me at extension 2023.
.5pAeoio sa 003
ir p5v-
-o
{ G H
o 2 } 2 o 2
21 ) ; § � § %
)
2a00 co
a { ] H ® ® Mcn
" flu H ti
ion /
n H
0,2 " z \ / ( § _
Bktttg t /
q / § ii2 0 )
o 0
H j z CO $ f {
E0 z ] 3 0
CC } - \ < /
o § k
z CO w ? >
co oe $ � § H )
o ( G ( _ $ e 0 C «
_ § § / mo f 2 z
co E - ^ 0
> \
ko
u_ a 0 / / §
( f ) ) 0 _ 0 , \
c = Wa e
) # � I ° r 0 § � -
g ` 0 SE -
oE \ \c kD {
oZC bN OW a. k QI \
�0 '� ? / \ em o n rt 7Z \ \ \ \ \ \
Q o > = » � „ $ = G § » s 3 % - ; Co
IP �� ) } / ) § § § Wiluu oo \ \ \ \ ) �
�q zzz ° « ° 2zo owo m = ° ° a -
oe �Q u- 1(7) 4"2- >Z H z ( Ek2 § � h � jj / [
fie wD < zcoZ -J z50 O - Fz3.8 2E ± @ ± � § § Z wn cz
cne = a « u 005 = a2 ��
-9/070/D
0,70/0 '6198
Hello