Loading...
HomeMy WebLinkAbout20231531.tiffCxC+iDza 3142, BOARD OF COUNTY COMMISSIONERS PASS AROUND REVIEW PASS -AROUND TITLE: Southeast Weld Service Center Annex Building change order #4. DEPARTMENT: Facilities DATE: May 6, 2024 PERSON REQUESTING: Chris Coulter Brief description of the problem/issue: Discrepancies in the design documents for construction of the southeast annex building hydronic heat system have caused a change order request to be made. What options exist for the Board? 1. Approve the change order. 2. Deny the change order. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $9,395.28 Recommendation: Facilities recommends placing the change order on an upcoming BOCC meeting agenda for approval. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro -Tern Mike Freeman Scott K. James :y Kevin D. Ross , Chair F-l� Lori Saine C,oYI$eX14- iieY1Grk. 5/202 5/A0/,2 z 1531 BG 0025 May 6, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Chris Coulter Subject: Southeast Annex Building Construction - Change Order #4 (2023-1531) During construction, it was discovered that the hydronic valves controlling the VAV's were specified incorrectly and needed to be changed. The contractual completion date was set at April 15, 2024. Because of material and utility delays, this date was extended to May 10, 2024. A change order resulting in $ 9,395.28 with the following cost breakdown is requested. 9,395.28 Bypass Valve Addition 0.00 Change substantial Completion Date 9,395.28 Total Facilities is recommending approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Chris Coulter Director CHANGE ORDER # 4 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND ROCHE CONSTRUCTORS, INC. SOUTHEAST WELD SERVICE CENTER ANNEX Date: May 6, 2024 Original Agreement: Weld County document no. 2023-1531 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibits, which are hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 5,219,700.00 Original Contract Amount $ 64,499.10 Previously Approved Change order(s) Amount $ 9,395.28 Current Change Order Amount $ 5,293,594.38 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: Title: Digitally signed by Jesse Schuchman DN CU5, .JS h chman�rpLheconstNc[Or5 COm "y O='Roche', CN Jesse Schuchman .'.*. Date 2024.05 13 0542 16-06 00' ATTEST: � .r1 Jeil4;tA Weld County Clerk to the Board BY. 12�Ir� fl i Oa, Deputy Clerk to the Bo evin D. Ross tilPV Date BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO _ 0 age 1of1 MAY 2 0 2024 o2po26 - /fig X222 Rs°c'1! Owner : Weld County, Colorado 1105 H Street Greeley, CO 80631 Change Order Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO - Bypass Vatee Addtion Item : COR 13 - Bypass Valves Addtion Per 60 and 49 a new (2) new bypass valve needs to be installed and controlled. Per RFI 62 an additional %" valve was needed in lieu of thel" " Phase Description Subcontractor Cost Type Estimated Cost 230000- - Heating Ventilating and Air Conditioning Horizon Mechanical Solutions (HVAC) 9 S 8,381.00 Subtotal Item 1 8,381.00 Cost Type Recap: Mark up Amount 9 Subcontracts 0.00% Subtotal Item 1 8,381.00 8,381.00 Approved By: oun , orado Signed: 0 Date: MAY 2 0 2024 Liability Insurance P&PBond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 67.05 71.81 21.30 854.12 9,395.28 Total For Change Order 9,395.28 Submitted By: Roche Constructors Inc. Signed: : Date: 04/17/2024 Page 1 04/17/24 09:41:20 AM /�.51 Change Order Request #4 _...alAIN Horizon Project: Project Number: 824 Subject: Reason: GC Reference: Mechanical Solutions Weld County SE Annex Bypass Valves Add Description See attached Proposal/Quote for Bypass Valves Add Total Change order Amount: $8,381.00 Prevailing No Bonded Yes Labor Bond Rate Sales Tax 1.5% 0.000% Labor Class I Hours I Rate I # Workers I Sub Total O/H&P Line Total Field Site Superintendent 0 $0.00 $0.00 $0.00 $0.00 Journeyman Sheet Metal Worker 0 $0.00 $0.00 $0.00 $0.00 Apprentice 0 $0.00 $0.00 $0.00 $0.00 Laborer 0 $0.00 $0.00 $0.00 $0.00 Service Technician 0 $0.00 $0.00 $0.00 $0.00 Controls Technician 0 $0.00 $0.00 $0.00 $0.00 Shop Project Manager 0 $0.00 $0.00 $0.00 $0.00 Project Coordinator 0 $0.00 $0.00 $0.00 $0.00 Controls Engineer & PM 0 $0.00 $0.00 $0.00 $0.00 Shop Fabrication 0 $0.00 $0.00 $0.00 $0.00 Shop Delivery 0 $0.00 $0.00 $0.00 $0.00 Delivery Fee (% of Hours delivery) $0.00 25.00% $0.00 $0.00 $0.00 Labor Margin P&OH 0% Labor Subtotals $0.00 $0.00 $0.00 Equipment (Rental) Equipment Name Cost Quantity UOM Sub Total O/H&P Line Total UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 Rentall Margin P&OH 0% Rental Subtotals $0.00 $0.00 $0.00 Materials Material Description or Quote Cost Quantity UOM Sub Total O/H&P Line Total UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 Material Margin P&OH 0% Materials Subtotals $0.00 $0.00 $0.00 Subcontractors Subcontractor Cost Quantity UOM Sub Total O/H&P Line Total Setpoint - Bypass Valves $7,194.00 1 UOM $7,194.00 $0.00 $7,194.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 Subcontractor Margin P&OH 0% Sub Subtotals $7,194.00 $0.00 $7,194.00 Labor Rental Equipment Materials/Quotes Subcontractors Sub -Total: Bond 1.5% OH&P 15.0% TOTALS $0.00 $0.00 $0.00 $7,194.00 $7,194.00 $107.91 $1,079.10 Total Change Order Amount: $8,381.00 (\SETPOIVT'M Since 1983 SYSTEMS CORPORATION April 8, 2024 Matt Wilson 126 Hemlock St. Fort Collins, CO 80524 collaborative solutions. unmatched training. Reference: Weld County SE Annex Base: CO -2 HW Bypass Valves SSC Job #C3786 Estimate Reference #RM2024030053 Dear Matt: Thank you for the opportunity to provide pricing on the above referenced project. Per your request, we're providing pricing to provide controls for Bypass valves. Scope of Work: Our quotation is based on your email dated 3/28/24 requesting pricing for (2) 2 -way valves to be installed per RFI- 060 Bypass Valve Clarification to RFI 049 response dated 3/28/24. Exceptions and Clarifications: A. Our quotation is based upon; Our quotation is contingent upon receipt of a purchase order and/or subcontract agreement fully acceptable to Setpoint Systems Corporation. This change order includes only amounts for the Setpoint Systems Corporation's direct cost resulting for the described changes in the contract. This change order does not include any amounts for changes in the execution of work days, disruptions, and rescheduling, extended overhead, acceleration, or impact costs. Setpoint Systems Corporation expressly reserves the rights to claim for any and all of these related items resulting from impacts to all aspects of Setpoint Systems Corporation's work from the described changes prior to final settlement of the contract. tax on material of 0%. all work performed during normal working hours. Pricing is valid for (30) days from the proposal date. Due to the continued escalation of raw material prices, we cannot guarantee pricing beyond this timeframe unless otherwise specifically noted. We will work with our manufacturing partners to hold pricing beyond this timeframe, but quotes will need to be reviewed after (30) days. In addition, the global freight market continues to experience a significant imbalance between supply and demand, resulting in lead-time instability. Lead-times may be extended without warning - please coordinate critical completion schedules with your Setpoint Systems Sales Team. DENVER 8167 SouthPark Circle Littleton, CO 80120 COLORADO SPRINGS 1055 Elkton Drive Colorado Springs, CO 80907 24/7 service 1.800.372.8837 info@setpointsystems.com setpointsystems.com B. Our quotation includes; • SSC to provide and install 200' 14-4 Plenum conductor wire. • SSC to provide programming and PVT for the following points: Point List Description Bypass Valve Open/Close u1 2 TOTAL 2 • SSC to provide (2) 2 -way bypass valve (valve installation by others). • SSC to provide additional engineering labor for updates to control drawings. • SSC to provide additional graphics for the above -mentioned points. • SSC to provide additional project management for coordination and execution. • SSC to use existing power. C. Our quotation does NOT include; SSC excludes any other work not specified herein. No permit or inspection fees are included in this proposal. Patching, Painting, or Refinishing. Does not include time for Commissioning Agent. Overtime not included. Pricing Summary: Weld County SE Annex Base: CO -2 HW Bypass Valves If you have any questions or require further information, please contact me. Sincerely, SETPOINT SYSTEMS CORPORATION ekrea & Chris Bassil Project Manager $7,194.00 Setpoint Systems Corporation Weld County Chase Building Renovation, Weld County, COI SSC C3764 Mt Roche Constructors, Inc. REQUEST FOR INFORMATION www. rocheconstructors.com Project: Weld County SE Annex Project Address: 2950 9th St. Fort Lupton, CO 80621 Subcontractor (if applicable): Subject: Response To RFI 060 ❑ Schedule Impact ❑ Cost Impact Roche RFI No.: 62 Sub RFI No.: Roche Job No.: 23016 Date Issued: 04/15/24 ' Reply Req'd By: 04/18/24 Dwg/Spec No.: M-211 Detail/Sec. No.: Problem: The response to RFI 060 generated another question from SetPoint. SetPoint is saying that, "Based on the flow rate defined in RFI 60 the 1" control valve provided will not work. We recommend changing it to a 1/2" valve so that there is adequate pressure drop for controllability. Please advise" See RFI 049 page M-211 & 060 response attached below for reference. Proposed Solution By: Date: Reviewed By: Response by Architect/Engineer: A 1/2" valve is acceptable to RJA. NKR, RJA, 2024-04-16 Solution By: Date: Reviewed By: Date: ❑ Corporate Office: 361 71St Avenue, 80634 P.O. Box 1727, 80632 Greeley, CO (970)356-3611 ❑ Regional Office: Suite 130 7680 W. Sahara Avenue Las Vegas, NV 89117 (702)252-3611 License No. A/B 42653 2 Regional Office: Suite 100 1235 W. 124th Avenue Westminster, CO 80234 (303) 920-5555 la Roche Constructors, Inc. REQUEST FOR INFORMATION www.rocheconstructors.com Project: Weld County SE Annex Project Address: 2950 9th St. Fort Lupton, CO 80621 Subcontractor SetPoint (if applicable): Subject: Bypass Valve Clarification To RFI 049 ❑ Schedule Impact ❑ Cost Impact Roche RFI No.: 60 Sub RFI No:: Roche Job No.: 23016 Date Issued: 03/27/24 Reply Req'd By: 03/29/24 Dwg/Spec No.: M-211 Detail/Sec. No.: Problem: From RFI 049 - Bypass Valve Clarification, we got everything figured out except the size of the valve and the flow rate. Please see the page below from SetPoint regarding their questions for these valves. We are using 3, 2 -way bypass valves as shown in the drawing below and written out in RFI 049. Please help us with getting a response on this as soon as possible as we are running close to project completion and want to finish off strong! Hoping to hear back tomorrow or Friday if possible, as these still need to be ordered by SetPoint. Proposed Solution By: Date: Reviewed By: Response by Architect/Engineer: For each bypass valve: - Set each bypass valve to 10% of the pump flow rate as an initial value, to be finalized during test and balance. - Provide at 3/4" pipe size. NKR, RJA, 2024-03-28 Solution By: Date: Reviewed By: Date: ❑ Corporate Office: 361 71. Avenue, 80634 P.O. Box 1727, 80632 Greeley, CO (970) 356-3611 ❑ Regional Office: Suite 130 7680 W. Sahara Avenue Las Vegas, NV 89117 (702) 252-3611 License No. A/B 42653 0✓ Regional Office: Suite 100 1235 W. 124th Avenue Westminster, CO 80234 (303) 920-5555 (\SETPOhVT s.g ivm SYSTEMS CORPORATION since 1983 SYSTEMS CORPORATION REQUEST FOR INFORMATION Job Name: Weld County SE Annex Base Job C3786 Number: Littleton, CO 80120-5666 Phone: 303-733-2300 Fax: 303-733-2333 www.setpointsystem.com Contractor: Horizon Mechanical Solutions RFI 004 Number: Requested By: Sheri Rocha Date: 03-18-24 To: Matt Wilson Spec. Number 001 Sketch (if required) Drawing: M-211 Rev: 1 System: Hydronic Plan - 10 Floor Location: Bldg: SE Annex Level: 1 Other Drawing Affected: No: Cost ® Yes ❑ No Impact: Time ® Yes ❑ No Delay: Description of Issue: Per the RFI-049 drawings 3 2 -way paypass valves are reqired. Please confirm the following for EACH valve: - design flow rate - bypass valve pipe size Resolution: Accepted: General Cont.. Revised 01/11/07 Date: �y L.r.N v�Lo courvtt WELD COUNTY SE ANNEX A519M SL FM Lupbn,CO 80621 A;-`' '� A ..' " ' a v s -P T ,�_ fi'§ $ S. ;,, , e€! , H m N ¢Y " 1n .`.'2, c � � � c. rcwcn a cmow,.x-swomc.. so.¢m*ion w. o. wc..o HYDRONIC PLAN - FIRST FLOOR qlr. �r� r��..cre.a .�. " or mre n 0. X222 Roche Constructors, Inc. Owner : Weld County, Colorado 1105 H Street Greeley, CO 80631 Change Order Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Chang Order Request # : 14 COR 14 -Change Order Completion 05-10-24 Item : COR 14 - Change Order Completion 05-10-24 Phase Change the Substantial Completion date to 05/10/24 due to material and utility delay Description Cost Type Estimated Cost 010060- - Project Manager 1 L Subtotal Item 1 0.00 0.00 Cost Type Recap: Mark up Amount 1 Labor 0.00% Subtotal Item 1 0.00 0.00 Liability Insurance P & P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% 0.00 0.00 0.00 0.00 Requested Total For Item 1 0.00 Total For Change Order 0.00 Approved By: Weld County, Colorado Submitted By: Roche Constructors Inc. Signed: Signed: Date: Date: Page 1 05/06/24 03:06:35 PM Conti ct F Entity Information Entity Name* Entity ID* ROCHE CONSTRUCTORS, INC @00004065 Contract Name* SOUTHEAST SERVICE CENTER CHANGE ORDER #4 (2023-1531) Contract Status CTB REVIEW Q New Entity? Contract ID 8142 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description * CHANGE HYDRONIC VALVES THAT WERE SPECIFIED INCORRECTLY AND EXTEND COMPLETION DATE. Contract Description 2 Contract Type* CHANGE ORDER Amount* $9,395.28 Renewable* NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 05/18/2024 GROUNDS 05/22/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date * 06/10/2024 Committed Delivery Date Renewal Date Expiration Date* 06/10/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 05/13/2024 05/14/2024 05/14/2024 Final Approval BOCC Approved Tyler Ref # AG 052024 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 05/20/2024 Coi4ac+ BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: SE Service Center Annex Change Order #3 DEPARTMENT: Facilities PERSON REQUESTING: Chris Coulter DATE: March 6, 2024 Brief description of the problem/issue: Changes in the work and equipment at the new SE Service Center Annex are needed due to inconsistencies in the drawings and needed items that were not shown. What options exist for the Board? 1. Deny the change order request. 2. Approve the change order request. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $27,065.94 Recommendation: Facilities recommends approving this change order and adding it to an upcoming board meeting agenda. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine Conte' 3izoizq Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: irp h 4.4,7,1/ g)71_,46.. --6A36) ,lae/Qzs- 2023-1531 B ()25 March 6, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Chris Coulter Subject: Southeast Annex Building Construction - Change Order #3 (2023-1531) During construction, it was determined the structural elevation drawings did not account for the steel decking depth. Electrical and data outlets for office functional use were relocated after furniture elevation and dimensions were determined. The unit heater in the front entry vestibule was specified incorrectly and had to be respecified. The added temperature sensors meeting user required temperature setting adjustments not originally specified. The translucent window tie ins to the building envelope structure omitted key building enclosure details. A change order resulting in $27,065.94 with the following cost breakdown is requested. 6,188.04 Raise beam for steel roof decking 2,186.00 Relocate electrical and data outlets 3,506.55 Unit Heater change 10,477.06 Space temperature sensors 4,708.29 Finish entrance steel structure 27,065.94 Total Facilities is recommending approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Chris Coulter Director • CHANGE ORDER # 3 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND ROCHE CONSTRUCTORS, INC. Date: March 6, 2024 Original Agreement: Weld County document no. 2023-1531 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibits, which are hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 5,219,700.00 Original Contract Amount $ 37,433.16 Previously Approved Change order(s) Amount $ 27,065.94 Current Change Order Amount $ 5,284,199.10 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: ` Date 03/14/2024 Name: Jesse Schuchman Title: Project Manager ATTEST: W.D;� Weld C. ty Ierk to the :.ard BY: Deputy CI =l' to he BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO o vin D. Ross age 1 of 1 MAR 2 0 2024 024 /50/ I Roche Constructors, Inc. CHANGE ORDER Roche Project # 23016 PROJECT: Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 TO CONTRACTOR: ROCHE CONSTRUCTORS, INC. 361 71st Avenue Greeley, CO 80634 The Contract is changed as follows: COR 7 RFI #39 Raise Beam for Decking COR 8 RFI #46 Box Walk Changes COR 9 Unit Heater Change COR 10 Space Temperature Sensors COR 11 Finish Entrance Steel Structure CHANGE ORDER NUMBER: 03 DATE: 2/21/2024 CONTRACT DATE: 7/7/2023 CONTRACT FOR: Construction $6,188.04 $2,186.00 $3,506.55 $10,477.06 $4,708.29 Not valid until signed by Owner and Contractor The original (Contract Sum)(Guaranteed Maximum Price) was $5,219,700.00 Net change by previously -authorized Change Orders $37,433.16 The (Contract Sum)(Guaranteed Maximum Price) prior to this Change Order was $5,257,133.16 The (Contract Sum) will be increased by this Change Order in the amount of $27,065.94 The new (Contract Sum)(Guaranteed Maximum Price) including this Change Order will be $5,284,199.10 The Contract Time will be unchanged by N/A days. The date of Substantial Completion as of the date of this Change Order thereof is 4/30/2024. NOTE: This summary does not reflect changes in the Contract Sum, Contract Time, or Guaranteed Maximum Price which have been authorized by Construction Change Directive. ROCHE CONSTRUCTORS, INC. WELD COUNTY, COLORADO CONTRACTOR OWNER 361 71st Avenue 1105 H Street Greeley, CO 80634 Greeley, CO 80631 By �r — By Jesse Schuchman Date 2/21/2024 Date 1222 Roche Constructors, Inc. Owner : Weld County, Colorado 1105 H Street Greeley, CO 80631 Change Order Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO R 7 - RF"1 #39 Raise Beam for Decking Item : COR 7 - RFI #39 Raise Beam for Decking Phase Per RF139 the furthest east beam on the high roof needed to be raised because the decking would not be able to be attached. Bottom of deck elevations were given on sheet S103 detail 1. Description Subcontractor Cost Type Estimated Cost 050000- - Metals Highball Erectors LLC 9 S Subtotal Item 1 5,520.00 5,520.00 Cost Type Recap: Mark up Amount 9 Subcontracts 0.00% Subtotal Item 1 5,520.00 5,520.00 Liability Insurance P& P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 44.16 47.30 14.03 562.55 6,188.04 Total For Change Order 6,188.04 Approved By: Weld County, Colorado Submitted By: Roche Constructors Inc. Signed: Signed: Date: Date: 01/08/2024 Page 1 01/08/24 02:37:30 PM High Ball Erectors, LLC PO Box 114 Dacono, CO 80514 Name / Address Roche Constructors, Inc. P.O. Box 1727 361 71st Ave. Greeley, CO 80632 303-920-5555 Phone # 303-833-2210 Fax # 303-833-0497 Estimate Date Estimate # 1/5/2024 1875 Terms Project Net 30 Weld county SE Annex 701A Description Qty Unit Price Total Erection/Installation Labor Beam adjustment, lifting to fit decking. Fabrication issue with hole locations 24 130.00 3,120.00 Equipment Labor Highball Boom truck labor 8 300.00 2,400.00 Customer Signature Subtotal $5,520.00 Sales Tax (0.00) $0.00 E-mail highballerectors@gmail.com Total $5,520.00 i2U Roche Constructors, ine. Owner : Weld County, Colorado 1105 H Street Greeley, CO 80631 Change Order Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO OR 8 RFI #46 Boil Walk Changes Item : COR 8 - RFI #46 Box Walk Changes Phase RFI 46 confirmed the changes that were made during the box walk. Description Subcontractor Cost Type Estimated Cost 260000- - Electrical Pine Valley Electric Inc. 9 S Subtotal Item 1 1,950.00 1,950.00 Cost Type Recap: Mark up Amount 9 Subcontracts 0.00% Subtotal Item 1 1,950.00 1,950.00 Liability Insurance P&PBond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 15.60 16.71 4.96 198.73 2,186.00 Total For Change Order 2,186.00 Approved By: Weld County, Colorado Submitted By: Roche Constructors Inc. Signed: Signed: Date: Date: 0vs0/2024 Page 1 01/30/24 09:37:24 AM Pine Valley Electric, Inc. Change Order #3 Box Walk Submitted To: Roche Constructors, Inc. 1235 W 124th Ave #100 Westminster, CO 80234 Total Change Order: $1,950.00 Change Order Includes: • Add Data in Room 1203. • Add Quad and Data Room 1205. • Add Quad and Data Room 1206. • Add Legrand Wall Box Room 1218. • Add 1-1/4"C for HDMI Room 1226. Change Order Excludes: • Any work or materials not listed above. 1/29/2024 Work To Be Preformed At: Weld County SE Annex 2950 9th Street Fort Lupton, CO 80621 Bid Qualifies: • Standard lead times on electrical gear and lighting is 4 - 6 weeks (Pine Valley Electric is not responsible for manufacture lead times). • Any changes to project are subject to additional costs. • Bid is good for 30 days. • Not responsible for any tariffs issued after the above bid date. All materials are guaranteed to be as specified unless otherwise noted, and the above work to be performed in accordance with the drawings and specifications submitted for the above work and completed in a substantial workmanlike manner with payment to be made as follows: 70% on Rough, 30% on Final. All invoices over 30 days old from the date of the invoice will be charged 1.5% per month (18% annual) late charge. Payee will be responsible for all lawyer and court fees, if required to collect past due accounts. All materials will remain the property of Pine Valley Electric, Inc. until goods furnished, including labor, are paid in full. Pine Valley Electric, Inc. retains the right to reclaim all or part of the materials furnished if not paid in full. We reserve the right to sanest this quote for errors and omissions. Respectfully submitted by Pine Valley Electric, Inc. Drew Behrends, Estimator Any alternation or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado, and other necessary insurance upon above work. Workmen's Compensation and Public Liability insurance on above work to be taken out by Pine Valley Electric, Inc. THANK YOU FOR THE OPPORTUNITY TO BID YOUR WORK! ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory, and Pine Valley Electric, Inc. is authorized to do the work as specified. The signature below shall indicate acceptance of this proposal. However in the event that this proposal is not signed, scheduling of this work to begin shall also constitute an acceptance of this proposal. Payment will be made as outlined above. Signature Date PO Box 4895 Parker, CO 80134 Phone:303-841-1032 Fax: 303-841-8675 Email: office@pinevalleyelectric.com Webpage: www.pinevalleyelectric.com X222 Roche Constructors, Ins. Owner : Weld County, Colorado 1105 H Street Greeley, CO 80631 Change Order Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Change Order Request # 9 OR 9 - Unit Heater Change Item : COR 9 - Unit Heater Change Phase Changing the unit heater from a recessed to a floor mounted. Recessed Unit will be turned over to Weld County since it cannot be returned. Description Subcontractor Cost Type Estimated Cost 230000- - Heating Ventilating and Air Conditioning (HVAC) Horizon Mechanical Solutions 9 S 3,128.00 Subtotal Item 1 3,128.00 Cost Type Recap: Mark up Amount 9 Subcontracts 0.00% Subtotal Item 1 3,128.00 3,128.00 Approved By: Weld County, Colorado Signed: Date: Liability Insurance P & P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 Total For Change Order Submitted By: Roche Constructors Inc. Signed: Date: 01/31/2024 25.02 26.80 7.95 318.78 3,506.55 3,506.55 Page 1 01/31/24 11:58:28 AM Change Order Request #1 Horizon Mechanical Solutions Project: Project Number: 824 Weld County SE Annex Subject: Change in Unit Heater Reason: Result of RFI GC Reference: RFI 045 Description RFI 045 regarding the CAB -1 unit and the ceiling height in the vestibule. The answer to RFI 013 will not work with what the plans show. Different heater needed. RFI 045 Response: "The intention was to install a recessed ceiling heater above vestibule, but we confirmed with the Architect today that the vestibule ceiling is the metal decking. Please revise the ceiling heater to a cabinet -style electric unit heater, King KCF3-2730-1 Cabinet Heater, 277 volt, single phase" Total Change order Amount: $3,128.00 Prevailing No Bonded No Labor Bond Rate Sales Tax 1.5% 0.000% Labor Class I Hours I Rate I # Workers I Sub Total O/H&P Line Total Field Site Superintendent 0 $0.00 $0.00 $0.00 $0.00 Journeyman Sheet Metal Worker 0 $0.00 $0.00 $0.00 $0.00 Apprentice 0 $0.00 $0.00 $0.00 $0.00 Laborer 0 $0.00 $0.00 $0.00 $0.00 Service Technician 0 $0.00 $0.00 $0.00 $0.00 Controls Technician 0 $0.00 $0.00 $0.00 $0.00 Shop Project Manager 0 $0.00 $0.00 $0.00 $0.00 Project Coordinator 0 $0.00 $0.00 $0.00 $0.00 Controls Engineer & PM 0 $0.00 $0.00 $0.00 $0.00 Shop Fabrication 0 $0.00 $0.00 $0.00 $0.00 Shop Delivery 0 $0.00 $0.00 $0.00 $0.00 Delivery Fee (% of Hours delivery) $0.00 25.00% $0.00 $0.00 $0.00 Labor Margin P&OH 0% Labor Subtotals $0.00 $0.00 $0.00 Equipment (Rental) Equipment Name Cost Quantity UOM Sub Total O/H&P Line Total UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 Rentall Margin P&OH 0% Rental Subtotals $0.00 $0.00 $0.00 Materials Material Description or Quote Cost Quantity UOM Sub Total O/H&P Line Total Cabinet Unit Heater $2,680.00 1 UOM $2,680.00 $40.20 $2,720.20 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 Material Margin P&OH 0% Materials Subtotals $2,680.00 $40.20 $2,720.20 Subcontractors Subcontractor Cost Quantity UOM Sub Total O/H&P Line Total UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 Subcontractor Margin P&OH 0% Sub Subtotals $0.00 $0.00 $0.004 Labor Rental Equipment Materials/Quotes Subcontractors Sub -Total: Small Tools Site Support (Truck/Office/Etc) 5.0% 10.0% TOTALS $0.00 $0.00 $2,720.20 $0.00 $2,720.20 $136.01 $272.02 Total Change Order Amount: $3,128.00 INDUSTRIAL 8r COMMERCIAL HVAC FW: RFI 045 - Ceiling Height In Vestibule_RJA Response - 01-22-24.pdf Matt Wilson <mwilson@horizonmechs.com> Tue 1/23/2024 8:09 AM To:Jenny Roddam <jenny@horizonmechs.com> 1 attachments (561 KB) FORCFLO - CAB -2 - Consolidated Customer Package.pdf; From: James, Jacob <jjames2@trane.com> Sent: Tuesday, January 23, 2024 7:57 AM To: Matt Wilson <mwilson@horizonmechs.com> Subject: Re: RFI 045 - Ceiling Height In Vestibule_RJA Response - 01-22-24.pdf Matt, Submittal attached. Price is $2680 and these are 5 weeks production. Best, Jake C. 303.358.6164 From: Matt Wilson <mwilsonPhorizonmechs.com> Sent: Tuesday, January 23, 2024 6:57:31 AM To: James, Jacob <jjames2Pa trane.com> Subject: RFI 045 - Ceiling Height In Vestibule_RJA Response - 01-22-24.pdf Alert: This is an external email. Hey Jake, So the engineer came back and wants to put this unit heater in the vestibule.(see attached RFI response) Can you give me a price on your heater so I can submit it as an alternate. I would rather purchase from you. I need an answer right away as I need to turn in pricing. Thanks buddy! Matt Wilson Project Manager Direct, SMS: 970-372-0209 Mobile: 970-342-0890 Fort Collins Office: 970-482-7333 mwilson horizonmechs.com 126 Hemlock St. Fort Collins CO 80524 col X222 Rche Construoctors, Ire. Owner : Weld County, Colorado 1105 H Street Greeley, CO 90631 Change Order Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Change Order Request # : 10 COR 10 - Space Temperature Sensors Item _ COR 10 - Space Temperature Sensors Phase Per Weld County they would like the designer space temperature sensors to be replaced with designer space sensory with s -pot. Description Subcontractor Cost Type Estimated Cost 230000- - Heafng Ventilating and Air Conditioning (HVAC) Horizon Mechanical Solutions 9 S 9,346.00 Subtotal Item 1 9,346.00 Cost Type Recap: Mark up Amount 9 Subcontracts 0.00% Subtotal Item 1 9,346.00 9,346.00 Liability Insurance P& P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 74.77 80.08 23.75 952.46 10,477.06 Total For Change Order 10,477.06 Approved By: Weld County, Colorado Submitted By: Roche Constructors Inc. Signed: Signed: _ Date: Date: 02/20/2024 Page 1 02/20/24 09:49:00 AM Change Order Request #2 Rev1 Horizon Project: Project Number: 824 Mechanical Solutions Weld County SE Annex Subject: Space Temperature Sensors Reason: Change in Conditions GC Reference: Description SSC is providing pricing to replace (25) TE200AD7 designer space temperature sensors with (25) TE200AD7AP designer space sensors with s -pot. Total Change order Amount: $9,346.00 Prevailing No Bonded No Labor Bond Rate Sales Tax 13% 0.000% Labor Class I Hours I Rate I # Workers I Sub Total O/H&P Line Total Field Site Superintendent 0 $0.00 $0.00 $0.00 $0.00 Journeyman Sheet Metal Worker 0 $0.00 $0.00 $0.00 $0.00 Apprentice 0 $0.00 $0.00 $0.00 $0.00 Laborer 0 $0.00 $0.00 $0.00 $0.00 Service Technician 0 $0.00 $0.00 $0.00 $0.00 Controls Technician 0 $0.00 $0.00 $0.00 $0.00 Shop Project Manager 0 $0.00 $0.00 $0.00 $0.00 Project Coordinator 0 $0.00 $0.00 $0.00 $0.00 Controls Engineer& PM 0 $0.00 $0.00 $0.00 $0.00 Shop Fabrication 0 $0.00 $0.00 $0.00 $0.00 Shop Delivery 0 $0.00 $0.00 $0.00 $0.00 Delivery Fee (% of Hours delivery) $0.00 25.00% $0.00 $0.00 $0.00 Labor Margin P&OH 0% Labor Subtotals $0.00 $0.00 $0.00 Equipment (Rental) Equipment Name Cost Quantity UOM Sub Total O/H&P Line Total UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 Rentall Margin P&OH 0% Rental Subtotals $0.00 $0.00 $0.00 Materials Material Description or Quote Cost Quantity UOM Sub Total O/H&P Line Total UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 Material Margin P&OH 0% Materials Subtotals $0.00 $0.00 $0.00 Subcontractors Subcontractor Cost Quantity UOM Sub Total O/H&P Line Total Setpoint - Space Temperature Sensors $7,983.00 1 UOM $7,983.00 $918.05 $8,901.05 UOM $0.00 $0.00 $0.00 UOM $0.00 $0.00 $0.00 Subcontractor Margin P&OH 10% Sub Subtotals $7,983.00 $918.05 $8,901.05 Labor Rental Equipment Materials/Quotes Subcontractors Sub -Total: Small Tools Site Support (Truck/Office/Etc) 0.0% 5.0% TOTALS $0.00 $0.00 $0.00 $8,901.05 $8,901.05 $0.00 $445.05 Total Change Order Amount: $9,346.00 r\SETPOINTm Since SYSTEMS CORPORATION Since 1983 CORPORATION 2-16-24 Matt Wilson mwilson@ihorizonmechs.com collaborative solutions. unmatched training Reference: Weld County SE Annex Base: CO -1 Slide Adjust Sensors SSC job #C3786 Estimate ID# 2024020110 Dear Matt: Thank you for the opportunity to provide pricing on the above referenced project. Per the request made by Julian Rodriguez with Weld County, SSC is providing pricing to replace the approved designer temperature sensors with slide adjust temperature sensors. Scope of Work: SSC is providing pricing to replace (25) TE200AD7 designer space temperature sensors with (25) TE200AD7AP designer space sensors with s -pot. Exceptions and Clarifications: A. Our quotation is based upon; Our quotation is contingent upon receipt of a purchase order and/or subcontract agreement fully acceptable to Setpoint Systems Corporation. This change order includes only amounts for the Setpoint Systems Corporation's direct cost resulting for the described changes in the contract. This change order does not include any amounts for changes in the execution of work days, disruptions, and rescheduling, extended overhead, acceleration, or impact costs. Setpoint Systems Corporation expressly reserves the rights to claim for any and all of these related items resulting from impacts to all aspects of Setpoint Systems Corporation's work from the described changes prior to final settlement of the contract. tax on material of 2.90% all work performed during normal working hours "Pricing is valid for (30) days from the proposal date. Due to the continued escalation of raw material prices, we cannot guarantee pricing beyond this timeframe unless otherwise specifically noted. We will work with our manufacturing partners to hold pricing beyond this timeframe, but quotes will need to be reviewed after (30) days. In addition, the global freight market continues to experience a significant imbalance between supply and demand, resulting in lead-time instability. Lead-times may be extended without warning DENVER I COLORADO SPRINGS I MINNESOTA 8167 SouthPark Circle 1055 Elkton Drive '. 1831 121St Street East Littleton, CO 80120 ' Colorado Springs, CO 80907 Burnsville, MN 55337 24/7 service 1.800.372.8837 info@setpointsystems.com setpointsystems.com please coordinate critical completion schedules with your Setpoint Systems Sales Team" B. Our quotation includes; SSC to credit/return (25) TE200AD7 designer space sensors. SSC to provide (25) TE200AD7AP designer space sensors with s -pot. SSC to provide (3) DFM-400 expansion modules for added inputs. SSC to provide additional installation labor and wire for the above mentioned devices. SSC to provide additional technician labor for programming and PVT for an additional (25) points. SSC to provide additional engineering for changes to as-builts. SSC to provide additional graphics for (25) points. SSC to provide additional project management for coordination and execution. One year warranty on parts provided by SSC. C. Our quotation does NOT include; SSC excludes any other work not specified herein. No permit or inspection fees are included in this proposal. Patching, Painting, or Refinishing. Does not include time for Commissioning Agent. Overtime not included. Pricing Summary Weld County SE Annex Base: CO -1 Slide Adjust Sensors $7,983.00 If you have any questions or require further information, please contact me. Sincerely, SETPOINT SYSTEMS CORPORATION sea Seth Wait Project Manager 2 Setpoint Systems Corporation Weld County SE Annex Base, Weld County, COI SSC C3786 i22Z Roche Constructors, Inc. Owner : Weld County, Colorado 1105 H Street Greeley, CO 80631 Change Order Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Change Order Request # t 11 C0R 11 FinishEntrance Steel :ture Item : COR 11 - Finish Entrance Steel Structure Phase All framing /drywall and finishing of storefront entrance to encase steel structure per on -site and zoom meetings. Description Subcontractor Cost Type Estimated Cost 092100- - Plaster and Gypsum Board Assemblies MS Drywall Company 9 S Subtotal Item 1 4,200.00 4,200.00 Cost Type Recap: Mark up Amount 9 Subcontracts 0.00% Subtotal Item 1 4,200.00 4,200.00 Liability Insurance P & P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 33.60 35.99 10.67 428.03 4,708.29 Total For Change Order 4,708.29 Approved By: Weld County, Colorado Submitted By: Roche Constructors Inc. Signed: Signed: Date: Date: 02/20/2024 Page 1 02/20/24 02:13:06 PM MS Drywall Company 11451 Jersey Lane Thornton CO 80233 Bill To Roche Constructors, Inc. 361 71st Avenue Greeley, CO 80634-9782 Invoice Date Invoice # 2/20/2024 512 P.O. No. Terms Project Due on receipt Weld County SE Annex Bui... Quantity Description Rate Amount 1 Change Order Request #2- Frame, drywall and finish all tube steel and columns at main entrance. Fiame exterior columns, install exterior sheathing and Tyvek for storefront. 4,200.00 4,200.00 Total $4,200.00 Co Ct Entity Information Entity Name" Entity ID* ROCHE CONSTRUCTORS, INC @00004065 O New Entity? Contract Name* Contract ID SOUTHEAST ANNEX BUILDING CONSTRUCTION - 7931 CHANGE ORDER #3 Contract Status CTB REVIEW Contract Lead CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description* CHANGE ORDER FOR SE ANNEX SERVICE CENTER (2023-1 531) Contract Description 2 Contract Type" CHANGE ORDER Amount" $27,065.94 Renewable* NO Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 03/16/2024 GROUNDS 03/20/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Contact Info Review Date" 05/27/2024 Committed Delivery Date Renewal Date Expiration Date" 05/27/2024 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head CURTIS NAIBAUER DH Approved Date 03/14/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/20/2024 Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 03/15/2024 03/15/2024 Tyler Ref # AG 032024 Originator CNAIBAUER COYrh?O + It Y1 j BOARD OF COUNTY COMMISSIONERS PASS AROUND REVIEW PASS -AROUND TITLE: SE Service Center Change order #2 DEPARTMENT: Facilities PERSON REQUESTING: Curtis Naibauer DATE: 12-29-2023 Brief description of the problem/issue: During construction it was discovered that the fire line into the building was designed in the wrong location and that there were no stiffening ribs shown on the metal fascia for the building What options exist for the Board? 1. Approve the change order. 2. Deny the change order. Consequences: Project will be incomplete without these items corrected. Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): Recommendation: The recommendation is to place the change order on an upcoming agenda for approval. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro -Tern <3 Mike Freeman, Chair rel r Scott K. James Kevin D. Ross Lori Saine eonsen}- �encl� /pi/021— Zoz3-1531 66002,5 December 29, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Curtis Naibauer Subject: Southeast Annex Building Construction - Change Order #2 (2023-1531) After the fire line for the building had been installed, it was discovered that the engineering team brought it into the building in the wrong location, it needs to be moved into the mechanical room. It was also discovered during construction that the metal fascia on the building was designed without any beading or ribbing to stiffen the material. Ribs are required to prevent the metal from distorting or "oil canning". A change order, resulting in a net $6,967.17 with the following cost breakdown is requested. Fire line relocation $3,246.51 Metal panel changes $3,720.66 Total $6,967.17 Facilities is recommending approval of the change order. If you have any questions, please contact me at extension 2027. Sincerely, Curtis Naibauer Interim Director CHANGE ORDER # 2 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND ROCHE CONSTRUCTORS, INC. Date: January 3, 2024 Original Agreement: Weld County document no. 2023-1531 County Department: FACIUTIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibits. 3. The amount of the contract is adjusted as follows: $ 5,219,700.00 Original Contract Amount $ 30,465.99 Previously Approved Change order(s) Amount $ 6,967.17 Current Change Order Amount $ 5,257,133.16 New Contract Total All oth = and & nditions of the Original Agreement remain unchanged. CO By: Name: Title: rise SL..�..� P.- ATTEST: `" A) :4 Date 1Z .6 2q BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Kevin D. Ross, Chair JAN 1 7 2024 MI Roche Constructors. Inc. CHANGE ORDER Roche Project # 23016 PROJECT: Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 TO CONTRACTOR: ROCHE CONSTRUCTORS, INC. 361 71st Avenue Greeley, CO 80634 The Contract is changed as follows: COR 5 COR 6 Fire Line Relocation RFI #34 Change Metal Panels CHANGE ORDER NUMBER: 02 DATE: CONTRACT DATE: CONTRACT FOR: 12/14/2023 7/7/2023 Construction $3,246.51 $3,720.66 Not valid until signed by Owner and Contractor The original (Contract Sum)(Guaranteed Maximum Price) was Net change by previously -authorized Change Orders The (Contract Sum)(Guaranteed Maximum Price) prior to this Change Order was The (Contract Sum) will be increased by this Change Order in the amount of The new (Contract Sum)(Guaranteed Maximum Price) including this Change Order will be The Contract Time will be unchanged by N/A days. The date of Substantial Completion as of the date of this Change Order thereof is 4/30/2024. NOTE: This summary does not reflect changes in the Contract Sum, Contract Time, or Guaranteed Maximum Price which have been authorized by Construction Change Directive. ROCHE CONSTRUCTORS, INC. CONTRACTOR 361 71st Avenue Greeley, CO 80634 By Jesse Schuchman Date 12/14/2023 $5,219,700.00 $30,465.99 $5,250,165.99 $6,967.17 $5,257,133.16 WELD COUNTY. COLORADO OWNER 1105 H Street Greeley, CO 80631 By Date la Roche Constructors. Inc Owner : Weld County, 2olorado 1105 H Street Greeley, CO 0631 Change Order Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Change Order Reque# : 5 COR 5 - Fire Line Relocation Item 1 COR 5 - Fire Line Relocation Phase Desc-iption Subcontractor Cost Type Estimated Cost 310000- - Eartt- svork Cannon West LLC 4 G Subtotal Item 1 2,896.03 2,896.03 Cost Type Recap: Mark up Amount 4 General 0.00% Subtotal Item 1 2,896.03 : 2,896.03 Liability Insurance P & P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 23.17 24.81 7.36 295.14 3,246.51 Total For Change Order 3,246.51 Approved By: WDI' County, Colorado Submitted By: Roche Constructors Inc. T Signed: Signed: ( ,( Date: Date: 10/27/2023 Page 1 10/27/23 09:51:02 AM APPRECIATION • EXCELLENCE • GROWTP Weld County SE Annex- Fireline Relocation DESCRIPTION QUANTITY UNIT UNIT PRICE Seek TOTAL Materials 15% Markup On Materials Material Pickup Excavator Skid Steer Laborer ITotal 1 1 LS LS 1 4 4 LS HRS HRS $283.50 $42.53 $150.00 $250.00 16 HRS $135.00 $55.00 $283.50 $42.53 $150.00 $1,000.00 $540.00 $880.00 $2,896.03 1 iaRoche Constructors, Inc. Owner : Weld County, Colorado 1105 H Street Greeley, CO E0631 Change Order Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Change Order Reques: # : 6 COR 6 - RFI #34 Change Metal Panels Item : 1 COR 6 - RFI #34 Change Metal Panels Phase Change metal panels per RF134 to limit oil canning. Desc iption Subcontractor Cost Type Estimated Cost 075000- - Mernt rane Roofing Front Range Roofing Syst. LLC 9 S Subtotal Item 1 3,319.00 3,319.00 • • • • • • • • • Cost Type Recap: Mark up Amount 9 Subcontracts 0.00% Subtotal Item 1 3,319.00 : 3,319.00 Liability Insurance P & P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 26.55 28.44 8.43 338.24 3,720.66 Total For Change Order 3,720.66 Approved By: Welc County, Colorado Submitted By: Roche Constructors Inc. Signed: Signed: ')( Date: Date: 12/14/2023 Page 1 12/14/23 10:25:40 AM asernessammeminak Ffl 0 flT Ra nce ROOV 1 NG SYSTEMS LLC CHANGE ORDER REQUEST Shipped Via: E -Mail Attention: To: Roche Constructors 1235 W 124th Avenue Suite 100 Westminster, CO, 80234 Re: Cody Mailander Weld SE Annex CHANGE ORDER REQUEST #1 DATE: 12/13/23 10:07 AM ITEM # Description Amount 1 ALT. Prefinished 24 -gauge shop fabricated 3 -piece fascia of equal $ parts with continuous cleats. The fascia is to match the roof panel color. This will reduce the chance of oil canning but may not eliminate it 100 percent. Excludes" custom colors, venting, vapor barriers, hat cannels. Total CO Amount $ Original Contract Amount S Previous CO Amount $ New CO Amount S Revised Contract Amount $ 3,319.00 3.319.00 313,626.00 3,319.00 316.945.00 TRANSMITTED AS NOTED: AS REQUESTED X FOR APPROVAL FOR YOUR USE REMARKS: COPY TO: Job File SIGNED: H we,,- H e Hunter Heindselman 222 13th Avenue Greeley, CO 80631 www.frontrangeroofing.com 970-353-2322 FAX 970-352-5757 Contract Form Entity Information Entity Name* Entity ID* ROCHE CONSTRUCTORS, INC @00004065 Q New Entity? Contract Name* Contract ID SOUTHEAST ANNEX BUILDING CONSTRUCTION 7735 Contract Status CTB REVIEW Contract Description * CHANGE ORDER #2 Contract Description 2 Contract Type* CHANGE ORDER Amount* $6,967.1 7 Renewable * NO Automatic Renewal Grant IGA Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 01/06/2024 GROUNDS 01/10/2024 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300112 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date * 05/01/2024 Committed Delivery Date Renewal Date Expiration Date* 10/01/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 01/11/2024 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHRIS D'OVIDIO BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 01/09/2024 01/10/2024 01/11/2024 Final Approval BOCC Approved Tyler Ref # AG 011724 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 01/17/2024 AMENDMENT TO AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & ROCHE CONSTRUCTORS, INC. SOUTHEAST ANNEX BUILDING PROJECT THE AMENDMENT TO AGREEMENT is made and entered into on this / rrif 1 day of December, 2023, by and between the Board of County Commissioners of Weld County, on behalf of the Facilities Department, hereinafter referred to as "County," and Roche Constructors, Inc., hereinafter referred to as "Contractor." WITNESSETH: WHEREAS, on July 7, 2023, the County and Contractor entered into the Agreement for Construction Services Between Weld County & Roche Constructors, Inc. — Southeast Annex Building Project ("Original Agreement"), and WHEREAS, Paragraph 18 of the Original Agreement lists the County contact as Toby Taylor, Facilities Director, and WHEREAS, Mr. Taylor is no longer the Facilities Director, and WHEREAS, the parties now wish to amend the Original Agreement to reflect that the Facilities Director contact is Curtis Naibauer. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree to amend the Original Agreement, as follows: Substitute the name Curtis Naibauer for Toby Taylor as Facilities Director as County's contact person in Paragraph 18 of the Original Agreement. All other paragraphs and provisions of the Original Agreement shall remain the same. SIGNED by the parties. CONTRACTOR: Roche Constructors, Inc. By: Thomas J. Roche, President/CEO ATTEST:,tL,j jClto;ve CLERK TO THE BOARD December 9, 2023 Date of Signature BOARD OF COUNTY COMMISSIONERSOF WELD COUNTY 'Y(V_At, /0q// 09,90?3 Mike Freeman, Chair �Do2, - /5Z l Daces AMENDMENT #1 TO AGREEMENT FOR CONSTRUCTION SERVICES FOR SOUTHEAST ANNEX BUILDING PROJECT (BID #B2300112)- ROCHE CONSTRUCTORS, INC. (CONSENT AGENDA) APPROVED TO SUBSTANCE: Department Head, or Elected Official APPROVED AS TO FORM: County Attorney ion-hia& I -75(cZ October 16, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Southeast Annex Building Construction - Change Order #1 (2023-1531) During construction, it was discovered that millwork for the pharmacy casework was not included in the project plans. Doors and door hardware needed to be changed. Existing parking lot lighting splice boxes needed to be moved. The lighting control system needed to be changed to N -light to match the new County standard. A change order, resulting in a net $30,465.99 with the following cost breakdown is requested. 16,658.37 Pharmacy millwork 1,762.26 Door hardware changes 11,176.57 Parking lot light boxes 868.79 Lighting Control system 30,465.99 Total Facilities is recommending approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CncUd°" v‘/7-3 0743,-a-9 ee,) /i/ / 203- 1561 bet= BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Southeast Annex Building — Change Order DEPARTMENT: Facilities PERSON REQUESTING: Toby Taylor DATE: 10-17-2023 Brief description of the problem/issue: During construction, it was discovered the construction plans have deficiencies. The millwork for the pharmacy casework was not included in the project plans. Doors and door hardware needed to be changed. Existing parking lot lighting splice boxes needed to be moved. The lighting control system needed to be changed to N - light to match the new County standard. A change order, resulting in a net $30,465.99 with the following cost breakdown is requested. 16,658.37 Pharmacy millwork 1,762.26 Door hardware changes 11,176.57 Parking lot light boxes 868.79 Lighting Control system 30,465.99 Total What options exist for the Board? Consequences: Project will be incomplete without these items corrected Impacts: Project will be incomplete without these items corrected Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $30,465.99 Current fiscal year. Recommendation: The recommendation is to proceed with placing the change order on an upcoming agenda for approval. Perry L. Buck, Pro-Tem Mike Freeman, Chair Scott K. James Kevin D. Ross Lori Saine Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: ‘6o CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND ROCHE CONSTRUCTORS, INC. Date: October 9, 2023 Original Agreement: Weld County document no. 2023-1531 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibits, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibits. 3. The amount of the contract is adjusted as follows: $ 5,219,700.00 $ 0.00 $ 30,465.99 $ 5,250,165.99 Original Contract Amount Previously Approved Change order(s) Amount Current Change Order Amount New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Date 10/25/2023 Name: Jesse Schuchman Title: Senior Project Manager ATTEST: W -d4414-1 x; Weld Co y Clerk to the :o. rd BY: Deputy Cler BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ke Freeman, Chair o 1 2323 Page 1 of 1 �ZZZ 99911,9 Exhibit A -Change Order # 1 Owner: Weld County, Colorado 1105 H Street Greeley, CO 80631 Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Budding 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Change Order Request # 1 COR 1 - RFI #5 Pharmacy Millwork Item : COR 1 - RFI #5 Pharmacy Millwork Phase Per RFI 5 Pharmacy Millwork was added to Roche's scope of work. Description Subcontractor Cost Type Estimated Cost 062200- - Millwork Sidney Millwork Co. 9 S Subtotal Item 1 14,860.00 14,860.00 Cost Type Recap: Mark up Amount 9 Subcontracts 0.00% Subtotal Item 1 14,860.00 14,860.00 Liability Insurance P & P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 118.88 127.32 37.77 1,514.40 16,658.37 Total For Change Order 16,658.37 Approved By: Weld County, Colorado Submitted By: Roche Constructors Inc. Signed: Signed: Date: Date: 08/24/2023 Page 1 08/24/23 04:11:56 PM QUOTATION To: Roche Constructors, Inc. Sidney Millwork Co. PO Box 1125 / 1166 Cambrian Lane Sidney, MT 59270 1235 W. 124th Ave. #100 Westminster, CO 80234.0 Quote #: 2303-01 SMC Job #: 23-03 Project: Weld County SE Annex Building RE: RFI 5/ ASI 001 Attn: Jesse Schuchman Email: 0 QUOTE DESCRIPTION PRICE Add plastic laminate casework and solid surface countertop in Room 1405 per RFI 5/ ASI 001 Materials $ 6,082.00 Shop Labor $ 4,865.00 Finishing CAD/ Engineering $ 250.00 Freight Installation $ 1,725.00 Subtotal $ 12,922.00 15% Overhead and Profit $ 1,938.00 Total $ 14,860.00 This quote will expire in 30 days unless extended in writing by Sidney Millwork Company Total $ 14,860.00 Quoted By: ,4laa do.t4 Accepted By: Alan Omoth- Estimator Date: August 24, 2023 Date: Phone: (406)-482-2810 Fax: (406)-482-2858 Quote #: 2303-01 X222 Roche Constructors, Inc. Owner : Weld County, Colorado 1105 H Street Greeley, CO 80631 Exhibit B -Change Order # 1 Rothe Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Change Order Request # : 2 COR ZR - Door Hardware Changes Item : COR 2 - Door Hardware Changes Phase Door hardware changes per submittal review Description Subcontractor Cost Type Estimated Cost 081113- - Hollow Metal Doors and Frames Collins Door & Hardware Inc 8 P Subtotal Item 1 1,572.00 1,572.00 Cost Type Recap: Mark up Amount 8 Purchase Agreements 0.00% Subtotal Item 1 1,572.00 1,572.00 Liability Insurance P&P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 Total For Change Order Approved By: Weld County, Colorado Submitted By: Roche Constructors Inc. Signed: Signed: Date: Date: 0.26.23 12.58 13.47 4.00 160.21 1,762.26 1,762.26 Page 1 09/26/23 02:18:05 PM (AFORCE Date: 09-26-2023 - REVISED To: JESSE SCHUCHMAN Company: ROCHE CONSTRUCTORS Re: WELD COUNTY SE ANNEX FORT LUPTON, CO COLLINS DOOR & HARDWARE Email Quote #1 Total Pages: 1 From: AUSTIN MICHAUD Phone: (970) 221-2396 E-mail: Austin.Michaud@laforceinc.com Job 6: 48352 Jesse, Change Doors 1202B, 1202C, 1302B, & 1406B to Flush: Change 1401 from Push/Pull to Panic Device with Cylinder Dogging Add Window Frame WF-10 to Reception 1203 from Permit Plans: DEDUCT - ($798.00) ADD $1,706.00 ADD $664.00 Please provide written authorization of the quote if we are to proceed with these changes. No materials can be ordered without written authorization. Please let me know if you have any questions. Thank you, Austin Michaud Authorized by: Company name: Date: This quote is subject to prompt acceptance within 30 calendar days from the date of this quote first noted above. If not accepted by that date it may be withdrawn or modified by LaForce. X222 Roche Constructors, Inc. Owner: Weld County, Colorado 1105 H Street Greeley, CO 80631 Exhibit C -Change Order # 1 Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Change Order Request # : 3 COR 3 - Parking Lot Light Bose Item : COR 3 - Parking Lot Light Boxes Remove 1 pull box and lower the other one to be level with grade. Original scope was to relocate 2 light poles and repull wire from panel to new location of light poles. The drawings did now show any pull boxes or having to lower 1 and remove one from the scope of work. Phase Description Subcontractor Cost Type Estimated Cost 260000- - Electrical Pine Valley Electric Inc. 9 S Subtotal Item 1 9,970.00 9,970.00 Cost Type Recap: Mark up Amount g Subcontracts 0.00% Subtotal Item 1 9,970.00 9,970.00 Approved By: Weld County, Colorado Signed: Date: Liability Insurance P&PBond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 79.76 85.42 25.34 1,016.05 11,176.57 Total For Change Order 11,176.57 Submitted By: Roche Constructors Inc. Signed: Date: 09/19/2023 Page 1 09/19/23 01:09:05 PM Pine Valley Electric, Inc. Change Order #2 Submitted To: Roche Constructors, Inc. 1235 W 124th Ave #100 Westminster, CO 80234 Total Change Order: $9,970.00 9/18/2023 Work To Be Preformed At: Weld County SE Annex 2950 9th Street Fort Lupton, CO 80621 Change Order Includes: • Includes Removing both existing vaults. Install (1) new vault near Telco box location. • Locates of existing pole light wires and conduits. • Dig up existing conduits that are feed from existing building and relocate to new vault location. • Dig up existing conduit run to far west pole light and remove wires and extend to new location of vault. • Pull in new wires to west pole light since vault was relocated. • Install new conduit to relocated pole light and pull new wire. • Original bid only included new conduit and wire from new building to the new pole light locations. Existing Pull Boxes were not in the original scope there for to keep existing feeds alive this work will be required. Rental Fee & Mobilization Fee of Mini Ex. Per Conversation with Chris none of the existing and/or relocated Poles will get 120V circuits. For weather proof circuits. Change Order Excludes: • Any work or materials not listed above. Bid Qualifies: • Standard lead times on electrical gear and lighting is 4 - 6 weeks (Pine Valley Electric is not responsible for manufacture lead times). • Any changes to project are subject to additional costs. • Bid is good for 30 days. • Not responsible for any tariffs issued after the above bid date. All materials are guaranteed to be as specified unless otherwise noted, and the above work to be performed in accordance with the drawings and specifications submitted for the above work and completed in a substantial workmanlike manner with payment to be made as follows: 70% on Rough, 30% on Final. All invoices over 30 days old from the date of the invoice will be charged 1.5% per month (18% annual) late charge. Payee will be responsible for all lawyer and court fees, if required to collect past due accounts. All materials will remain the property of Pine Valley Electric, Inc. until goods furnished, including labor, are paid in full. Pine Valley Electric, Inc. retains the right to reclaim all or part of the materials furnished if not paid in full. We reserve the right to correct this quote for errors and omissions. Respectfully submitted by Pine Valley Electric, Inc. Drew Behrends, Estimator Any alternation or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado, and other necessary insurance upon above work. Workmen's Compensation and Public Liability insurance on above work to be taken out by Pine Valley Electric, Inc. THANK YOU FOR THE OPPORTUNITY TO BID YOUR WORK' ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory, and Pine Valley Electric, Inc. is authorized to do the work as specified. The signature below shall indicate acceptance of this proposal. However in the event that this proposal is not signed, scheduling of this work to begin shall also constitute an acceptance of this proposal. Payment will be made as outlined above. Signature Date PO Box 4895 Parker, CO 80134 Phone:303-841-1032 Fax: 303-841-8675 Email: office@pinevalleyelectric.com Webpage: www.pinevalleyelectric.com Pine Valley Electric, Inc. September 18, 2023 Roche Constructors, Inc. 1235 W 124th Ave #100 Westminster, CO 80234 Re: Weld County SE Annex Inclusions: ® electrical safe -off ® electrical demo Exclusions, cont. ® light fixtures (upon approval) temp lighting temp power x-ray (ground penetrating radar) providing / installing x-ray equipment, exam lights, buck boost transformer, and supports site lighting cleaning, repairs, relamping or new ballasts for existing fixtures private locates boring Exclusions: ® additional insurance ® after hours/overtime work ® any 3rd party testing agency costs/fees ® bonding ® concrete pad ® concrete repairs, saw cutting and removal ® asphalt repairs, saw cutting and removal ® core drilling ® correcting any existing conditions N drywall repairs ® duct detectors ® electrical utility company charges ® fire alarm, devices, cabling and conduit ® LV wiring ® painting of equipment/conduit ® permit fees (attach to the GC) ® prevailing wages ® replacing existing conduit N roof penetrations ® roof repairs An wiring existing RTUs ® security system and wiring N selective coordination studies ® speakers, conduit and wiring ® Telco box ® Telco run N Telco wire/data wire/coax N testing, training, start-up, or studies of electrical gear PO Box 4895 Parker, CO 80134 Phone: 303-841-1032 Fax: 303-841-8675 Email: office@pinevalleyelectric.com Webpage: www.pinevalleyelectric.com X222 B,2911,9 Exhibit D -Change Order # 1 Owner : Weld County, Colorado 1105 H Street Greeley, CO 80631 Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 23016- / Weld County SE Annex Building 2950 9th Street Fort Lupton, CO 80621 PCO Type: PCO Change Order Request # : 4 COR 4 - Lighting Control System Item : COR 4 - Lighting Control System Phase Change lighting control system to nLight from what was in the specifications. Description Subcontractor Cost Type Estimated Cost 260000- - Electrical Pine Valley Electric Inc. 9 S Subtotal Item 1 775.00 775.00 Cost Type Recap: Mark up Amount 9 Subcontracts 0.00% Subtotal Item 1 775.00 775.00 Liability Insurance P & P Bond Builders Risk Overhead & Fee 0.80% 0.85% 0.25% 10.00% Requested Total For Item 1 6.20 6.64 1.97 78.98 868.79 Total For Change Order 868.79 Approved By: Weld County, Colorado Submitted By: Roche Constructors Inc. Signed: Signed: Date: Date: 09/27/2023 Page 1 09/27/23 01:52:08 PM Pine Valley Electric, Inc S�nc� '1989 Change Order #1 Submitted To: Roche Constructors, Inc. 1235 W 124th Ave #100 Westminster, CO 80234 Total Change Order: $775,00 Change Order Includes: • Changing lighting controls to nLight. Change Order Excludes: • Any work or materials not listed above. 9/13/2023 Work To Be Preformed At: Weld County SE Annex 2950 9th Street Fort Lupton, CO 80621 Bid Qualifies: • Standard lead times on electrical gear and lighting is 4 - 6 weeks (Pine Valley Electric is not responsible for manufacture lead times). • Any changes to project are subject to additional costs. • Bid is good for 30 days. • Not responsible for any tariffs issued after the above bid date. All materials are guaranteed to be as specified unless otherwise noted, and the above work to be performed in accordance with the drawings and specifications submitted for the above work and completed in a substantial workmanlike manner with payment to be made as follows: 70% on Rough, 30% on Final. All invoices over 30 days old from the date of the invoice will be charged 1.5% per month (18% annual) late charge. Payee will be responsible for all lawyer and court fees, if required to collect past due accounts. All materials will remain the property of Pine Valley Electric, Inc. until goods furnished, including labor, are paid in full. Pine Valley Electric, Inc. retains the right to reclaim all or part of the materials fumished if not paid in full. We reserve the right to correct this quote for errors and omissions. Respectfully submitted by Pine Valley Electric, Inc. Drew Behrends, Estimator Any alternation or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado, and other necessary insurance upon above work. Workmen's Compensation and Public Liability insurance on above work to be taken out by Pine Valley Electric, Inc. THANK YOU FOR THE OPPORTUNITY TO BID YOUR WORKI ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are satisfactory, and Pine Valley Electric, Inc. is authorized to do the work as specified. The signature below shall indicate acceptance of this proposal. However in the event that this proposal is not signed, scheduling of this work to begin shall also constitute an acceptance of this proposal. Payment will be made as outlined above. Signature Date PO Box 4895 Parker, CO 80134 Phone:303-841-1032 Fax: 303-841-8675 Email: office@pinevalleyelectric.com Webpage: www.pinevalleyelectric.com Contract Form Entity Information Entity Name * Entity ID * ROCHE CONSTRUCTORS, INC @00004065 New Entity? Contract Name* Contract ID Parent Contract ID SOUTH EAST SERVICE CENTER ANNEX (2023-1 531) 7565 Contract Status Contract Lead" Requires Board Approval CTB REVIEW SGEESAMAN YES Contract Lead Email Department Project # sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Contract Description * CHANGE ORDER # 1 Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 10/26/2023 GROUNDS 10/30/2023 Amount* $30,465.99 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weldgo NO Does Contract require Purchasing Dept. to be v.com included? Automatic Renewal Department Head Email YES CM-BuildingGrounds- Grant DeptHead@weldgov.com Bid/RFP #* B2300112 County Attorney IGA GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date" 03/04/2024 Committed Delivery Date Renewal Date Expiration Date" 03/04/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 10/27/2023 Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 10/25/2023 10/25/2023 10/26/2023 Final Approval BOCC Approved Tyler Ref # AG 110123 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 11/01/2023 CAn*ck ct AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & ROCHE CONSTRUCTORS, INC SOUTHEAST ANNEX BUILDING PROJECT THIS AGREEMENT is made and entered into this 7 day of J'uA , 2023, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Roche Constructors, INC, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2300112. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. CuYiwlt ncrocQG, 7/1�/Z3 ee: u4) Roza- 1531 8ci00715 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of 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 negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $5,219,700.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. 1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. 2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. 4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 year. floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. 6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). 7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. 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. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Thomas J. Roche Position: President/CEO Address: 361 71St Avenue Address: Greeley, CO 80634 E-mail: troche a,rocheconstructors.com Phone: 970-356-3611 County: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: ttaylor(a,weldgov.com Phone: 970-400-2021 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. 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. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the teens 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. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Deputy Cler Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Roche Constructors, Inc By: Name:111DrM1MS 3, tDCIr1e. Title: o, si a t(\t c o WELD COUNTY: ATTEST: ) JCL :el Weld it, Clerk to th= Board r� Iwo♦ BY: iii _ • , �� � . `o th Boa/! Date of ignature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair JUL 1 7 2323 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: APRIL 18, 2023 BID NUMBER: B2300112 DESCRIPTION: SOUTHEAST ANNEX BUILDING CONSTRUCTION DEPARTMENT: FACILITIES MANDATORY PRE -BID: MAY 2, 2023 BID OPENING DATE: MAY 16, 2023 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County. Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: SOUTHEAST ANNEX BUILDING CONSTRUCTION A mandatory pre -bid conference will be held on May 2, 2023 at 1:30 PM at the Weld County Southeast Service Center located at 2950 9°' Street, Ft. Lupton, CO 80621. Meet in the lobby at the main entrance. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: May 16, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on May 16, 2023 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley; CO 80631. Phone number: 720-439-5261 Phone Conference ID: 682 919 944# PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Did Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bidsAweldgov.com; however, if your bids exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail. and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2300112 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL" However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C. R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(lV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities. rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization. express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the e nforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim o r right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits u nder the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2300112 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color. national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor; personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion. and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been u njustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall n ot enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the o bligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality. and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld BID REQUEST #B2300112 Page 4 County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its o bligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee o r hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2300112 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond. at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy. and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents. and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures: or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance. order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors. or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional BID REQUEST #B2300112 Page 6 for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act.. AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired; and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors. suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract BID REQUEST #B2300112 Page 7 Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2300112 Page 8 SCOPE OF WORK Weld County Southeast Annex Building Construction PROJECT OVERVIEW: Weld County is seeking lump sum bids for construction of a new building at the Southeast Weld County Service Center. The Southeast Annex building is located at 2950 9TH Street, Ft. Lupton, Colorado 80621. METHOD OF PROCUREMENT: Request for Bid (RFIV: is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFE3 the contract. PROJECT SCOPE: The scope of this project is for the complete turnkey building construction. Project documents and specifications have been provided per the attachments to this bid. 1. Contractor will be responsible for providing al labor, materials and equipment necessary for the complete construction of the new building as outlined and specified in the project documents that have been provided with this bid request per the attachments outlined below. This will include but not be limited to all site work, building construction, utilities and site improvements for the total scope of work. it is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been taken into account and included in their bid submission per the project documents provided. ATTACHMENTS: The attachments listed below will become part of this bid and are available on BidNet. Y Attachment A: Weld County project documents. Attachment B: Weld County Southeast Annex building plans. )> Attachment C: Weld County Southeast Annex specifications. PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Contractor will provide all labor, materials and equipment for all work shown and specified in the project plans. All work shall be completed per the documents provided. 2. Staging areas will be available for the contractors use at the site, however the adjacent building will be open for business during the construction process. Adequate parking spaces and access for the buildings normal operations shall be maintained during construction. 3. Contractor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may be needed. 4. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. A qualified representative will be allowed to receive deliveries in lieu of a superintendent or project manager if needed during construction off hours if County project manager is properly notified and delivery has been scheduled. 5. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors must clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 6. Contractor will be responsible for securing the site. Adequate fencing, barriers and other protection for the public shall be installed and maintained throughout construction. Signage shall be displayed showing dangers and directing the public away from construction areas. BID REQUEST #B2300112 Page 9 7. Contractor shall protect the existing building from damages. Physical barriers and signage will be used to make sure workers are aware of existing building perimeters and infrastructure to keep workers and machinery away from them. 8. Contractor will be responsible for all temporary facilities including toilets, trash dumpsters, temporary office space and enclosed storage containers. All temporary facilities shall be located away from existing building and not located in areas that will be used by the public while accessing the existing building. 9. Weld County HVAC systems will be either Delta Controls through SetPoint version 4.2. or Johnson Controls Metasys version 11.0. No other control systems are acceptable. This cost and coordination are the responsibility of the contractor and is to be included in the contractors bid. Control point minimum requirements are as follows. VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. • Thermostats Manually adjust temperatures Digital display Display room temperature Display setpoint Shall control area FPB or VAV FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off PROJECT CLOSE OUT: 1. Contractor will provide two (2) complete sets of O&M manuals along with two (2) complete sets of as -built drawings at the time of completion of the project. 2. Contractor will provide all manufacturer's warranty documentation for all equipment. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. BID REQUEST #B2300112 Page 10 4. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 5. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI (Request for Information) for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RH log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed. 5. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 6. Project will be permitted through the City of Ft. Lupton. Fees for the building permit will be paid for by the contractor. Any other fees associated with this project will be paid for by the contractor. Contractor is responsible for the coordination and scheduling of all inspections that are required. The contractor will be responsible for having a qualified representative on site for any inspection. 7. All electrical work will be done by a qualified State licensed electrician. 8. All plumbing work will be done by a qualified State licensed plumber. 9. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 10. All lifting and hoisting equipment shall be provided by the contractor as needed. 1 1 . Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 12. No bid bond is required for this project. 13. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will not be accepted. 14. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project. 15. Contractor will be required to provide Professional Liability Insurance (PLI) and builders risk insurance in the amount of the bid. 16. All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 17. Weld County is a tax-exempt entity. 18. Davis -Bacon and Buy American requirements are NOT required. 19. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. GENERAL CONDITIONS: Weld County will require the contractor to provide a breakout of all monthly general condition items and their associated costs. This will be used for determining actual cost for claims of delays caused by the owner. This cost shall include but is not limited to all supervision, project management, administrative, equipment, parking, fuel or vehicle expense, or any additional applicable fees and or cost that is associated with the contractor's management and operation of this project. BID REQUEST #B2300112 Page 11 This cost is for additional general conditions in the case that the project is delayed by the actions of the owner. Any delays in schedule due to the contractor or its representatives will be the contractor's responsibility including all associated cost. Please provide a breakout per the chart below along with your line itemed total monthly general conditions cost. This breakout will only be used in the case of owner delays or if additional scope is added to the project. Contactors Additional Monthly General Conditions Lump Sum Cost: $ GENERAL CONDITIONS MONTHLY BREAKOUT DESCRIPTION MONTHLY LINE -ITEM COST S S S $ $ $ $ $ $ SCHEDULE: 1. Contractor is responsible for providing and maintaining a full project schedule as well as a three week look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. 2. The contractor will host a weekly coordination meeting with all associated contractors, and County representatives. At this time the contractor will provide the three (3) weeks took ahead schedule as well as all applicable updates to the overall project schedule. This will need to be submitted in person at the weekly meeting as well as sent electronically to the County project manager and construction team. Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish April 18, 2023 April 18, 2023 May 2, 2023 May 9, 2023 May 16, 2023 June 5, 2023 June 19, 2023 Immediately upon receipt of signed contract February 29, 2024 BID REQUEST #B2300112 Page 12 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being June 19, 2023. Start Date: Completion Date: Fee: Provide your total lump sum cost to complete the project in its entirety. Total Lump Sum Cost $ BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on May 16, 2023: 1) Pages 9 thru 14 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300112 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2300112. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board BY. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0323 BID REQUEST #B2300112 Page 14 ADDENDUM#1 BID REQUEST NO. B2300112 SE ANNEX BUILDING CONSTRUCTION 1) Currently: The current dates for bid elements are shown below Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish April 18, 2023 April 18, 2023 May 2, 2023 May 9, 2023 May 16, 2023 June 5, 2023 June 19, 2023 Immediately upon receipt of signed contract February 29, 2024 Change: Due to the number of questions and the substance of some of them, the bid due date has changed along with bid award notice, contract execution and construction completion dates. The new dates are shown below: Date Of This Bid April 18, 2023 Advertisement Date April 18, 2023 Pre -Bid Conference May 2, 2023 Bid Questions are Due May 9, 2023 Bids Are Due (Revised) May 31, 2023 Bid Award Notice (Revised) June 19, 2023 Contract Execution (Revised) July 5, 2023 Construction Start Immediately upon receipt of signed contract Construction Finish (Revised) March 15, 2024 2) Currently: Responses to contractors' questions were to be posted on or about May 10, 2023. Change: Responses to contractors' question will be posted on or about May 19, 2023. 3) Currently: Bids are due May 16, 2023 at 10:00 am (Weld County Purchasing Time Clock). Change: Bids are due May 31, 2023 at 11:00 am (Weld County Purchasing Time Clock). ***We need signed copy submitted with bid. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL May 11, 2023 ADDENDUM#2 BID REQUEST NO. B23001 12 SE ANNEX BUILDING CONSTRUCTION 1) Currently: Specifications call out the sole source EPDM manufacturer as Carlisle. Change: All EPDM roofing shall be from a tier one manufacturer. These are Carlisle, Firestone and Johns Manville. These are the only acceptable roofing manufacturers. Color of roof membrane to be standard white. Warranty shall be 20 years. 2) Currently: No damp proofing specifications have been provided. Change: Damp proofing shall be W.R. Meadows Sealmastic Emulsion damp proofing or equal. 3) Currently: No specimen pass -through specifications have been provided. Change: Specimen pass -through shall be Southwest Solutions Group, Model SPT, stainless steel #4 finish. 4) Currently: No approved fire alarm system manufacturers are listed. Change: Fire alarm system shall be FireLite or Silent Knight. No other fire alarm systems shall be used. 5) Currently: Fire alarm specifications do not call for the use of a mesh radio system. Change: Provide Starlink communicator SLE-LTEVI-CFB for the fire alarm system. This device shall be purchased as part of this project instead of leased. The cost of purchasing this device shall be included in the bid price. 6) Currently: Drawings have been issued that need clarification or revisions. Change: Addendum #2 revised drawings: Revised drawings package has been posted to BidNet. All changes made to the drawings have been clouded and are noted as addendum #2. ***We need signed copy submitted with bid. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL May 22, 2023 SOUTHEAST ANNEX BUILDING CONSTRUCTION PROJECT B2300112 QUESTION & ANSWERS 1. Question: Please specify the damp proofing required. Answer: See addendum #2 2. Question: Please provide contact information for bidders for Bush 30W desk divider privacy panels for allowance for GC to carry. Answer: These can be purchased on Amazon. 3. Question: Please provide a spec for the pass -through cabinet. Answer: See addendum #2 4. Question: Please provide spec for defibrillators. Answer: AED is specified on the life safety equipment legend GI l01 5. Question: Corner guards required, provide a spec. Answer: Corner guards shall be 3.5" X 3.5" X 96" stainless steel 6. Question: The materials finish lists Kalwall for translucent panels but the details on A712 show hollow metal in lieu of Kalwall extrusions. Please clarify. Answer: Please refer to details 7,8,9/A-712 for head/jamb/sill of translucent panels. HM details are for glazing at other locations. 7. Question: Our schedule for WC -1 calls for a Toto CST744EFN which is a tank toilet, but the plumbing schedule says to install it with a Sloan regal flushometer. Please confirm a tank or flushometer. Answer: Floor mount with flush valve, Sloan Regal 1 ! OXL. 8. Question: What is the size of the BR -01 brick — 4 x 4 x 8? Answer: BR -0l is standard brick size. Intent is to match color of existing. Basis of design is Yankee Hill Brick FL 9. Question: Please provide quantity for antenna mounting locations for steel posts. Answer: There are no antenna mounting locations. Detail has been deleted, see addendum #2. 10. Question: Will tke structural engineer accept an alternate to the PunchLok system at the deck seam on the north deck? Answer: Alternates are acceptable. 11. Question: Please provide a soils report Answer: Soils report has been posted to BidNet 12. Question: What are the liquidated damages? Answer: There are no liquidated damages. 13. Question: Will the project require a prevailing wage: Answer: No 14. Question: Can you provide a CAD file of the grading for earthwork bidders to use for estimating quantity? Answer: CAD files will not be released prior to the contract award. CAD files will be available to the successful contractor. 15. Question: We noticed sheet M-005 specifies a couple of boilers, but there is nothing within the specifications regarding boilers. Typically, this is found under specification section #235216. The specifications furnished skip this number and they go from specification 211313 to specification 284621. Do you have specifications on the boilers and their respective accoutrements? Answer: Boilers are specified in the boiler schedule shown on sheet M-005 16. Question: Roofing system 1/A411 lists the standing seam roof as having an ISO, cover board, etc. assembly below. However drawing detail 7/A712 shows batt insulation within the ceiling. Please clarify if there will bean ISO insulation assembly installed below the standing seam roof. Answer: See revised detail in addendum #2. 17. Question: Please clarify the outside air film listed on detail 0.17/A411. Answer: Air film is not a material to be priced or considered. It is the exterior film of air, by ASHRAE standards, to account for overall insulation values for requirements of wall construction. 18. Question: Please clarify the Div. 10 specialties item FEC. We are unable to locate specifications or drawing notes refer to model number. Also, please clarify if this item requires a cabinet, if so please provide a make and model. Lastly, please clarify if this item is CFCI, OFCI or OFOI. Answer: FE's and cabinets are shown on the life safety equipment legend GI101. These items are CFCI. 19. Question: Please provide room and building signage details and specifications. Or, provide presumed count and allowances for signage. Answer: Contractor will be responsible for any signage required by code; bathroom signage, fire riser room, FACP location, etc. All other signage will be by owner. 20. Question: Please clarify the modified asphalt areas are complete removal or mill and overlay. The T joint detail on sheet C- 601 shows existing asphalt running the full width of the affected area. Should we assume a full depth R&R at demo areas with a T joint at the edges; consisting of a 24" mill and overlay at asphalt edges? Answer: Yes, full remove and replace for demo pavement and the 24" wide 2" mill around the perimeter / edges. 21. Question: Please confirm trash enclosure pad thickness. We are assuming 6" thick. Answer: 6" thick. 22. Question: Please confirm sidewalk thickness. We are assuming 4" thick. Answer: Sidewalks shall be 6" thick. Refer to detail R7 on civil sheet C-601. 23. Question: Please confirm generator pad thickness. We are assuming 6" thick. Answer: 6" thick. 24. Question: Please confirm transformer pad thickness. We are assuming 5" thick. Answer: 5" thick. 25. Question: Please confirm ROW sidewalk thickness. We are assuming5" thickness Answer: Sidewalks shall be 6" thick. Refer to detail R7 on civil sheet C-601. 26. Question: Please confirm no aggregate base is required under sidewalks, transformer pads, or generator pads. Answer: No aggregate base course is required for site concrete or pads. Only 6" of scarification and compaction for the pad. 27. Question: Please clarify if Rip -Rap is required at storm sewer flared end section, sheet C-401. Answer: Yes, use a 3' X 3' pad of type VL rip 12" thick on top of geotextile fabric. 28. Question: Please confirm storm sewer lines; there is a conflict between C-501 and L-101. L-101 shows a run of storm sewer running east and west. C-501 only shows the line running plan north and south. Answer: Civil plans are correct. 29. Question: Please provide access to owner Div.0; noted to be provided under separate cover by Weld County via General Conditions. Answer: All owner provided specifications have been provided and posted on BidNet. These are posted as BID SPECS and BID SPECS - ATTACHMENT A 30. Question: Note 4 on sheet S-001 references to still vapor barrier under slab on grade. Please provide specifications on vapor barrier to provide. Answer: Provide 15mil vapor barrier system such as Stego or approved equal. 31. Question: Please clarify foot F6.5 depth or thickness. Footing schedule states 0'-0". We are assuming l' thick. Answer: Footing F6.5 shall be I' - 0" thick. 32. Question: Pilasters P1 and P2 are noted to be 105' X 1.5' square in details 5 & 6/S-502. When scaling the pilasters on sheet s-101 they dimension to 1.5' X 2'. Can you confirm notes on S-502 are correct? We understand the drawings am not meant to be scaled but thought that this was abnormal. Answer: Pilaster notes on S-502 are correct. Pilasters are 18" X 18" 33. Question: Please clarify the conflict in notes for steel deck lap fasteners: Detail 9/S -51I notes PunchLok side lap system. Steel Decking note 2/S-001 notes side laps to be fastened with 610 Tek screw. This is a concem because the PunchLok system is only available through Verco or Vulcraft suppliers. If Tek screw fasteners are acceptable, then other manufacturers can price the decking package. For example, New Milleneum Building Systems. Answer: Alternate deck manufacturers fasteners and side laps are acceptable if equivalent. The 3" deck in the pop-up roof is exposed below. A crimped / button punched side lap is required so no fasteners are exposed below between supports. New Millenium has an equivalent button punched side lap deck system. Tek screws are acceptable for the 1.5" deck. 34. Question: Note 18 on G-003 notes note all fire rated walls are indicated on the plans. Can you confirm what walls are fire rated? Note 4/A-011 notes fire rated and sound isolation partitions are indicated on the reflected ceiling plans. We are not seeing rated wall indicated. Note Gl00lstates storage rooms over 100sf do not need I -hour separation if sprinkled. It is our assumption there are no fire rated partitions as indicated in line 3 under section 092500Gypsum Board on sheet A-012. Please confirm. Answer: Note 18 on G-003 is a typical note and not related to this project. No fire rated walls exist in this project. 35. Question: Please indicate where partition suffix A is applied. It is noted on detail B3/A-011. Answer: Wall tags and their associated suffices are shown on enlarged floor plans A -I 1 1 and A-112. 36. Question: Please clarify who is furnishing otoscope, EloPOS touch screen computer kiosk and 3-moduleKeywatcher as noted an A-111. It is assumed these items are owner furnished and contractor installed. Answer: These items are owner furnished and owner installed. 37. Question: Please provide specification details for the specimen pass through cabinet noted between rooms 1405 & 1404. Answer: See addendum #2. 38. Question: Please clarify the grid system and lay -in tile specifications for ACT -0l. Answer: Grid and tile specifications are shown in interior finishes schedule on sheet A-701. 39. Question: Please confirm if 6" concrete pads are required at RTU/MAU per detail 6/A-253. If so, please provide the dimensions for pads. Answer: See addendum #2. 40. Question: Please clarify your weather barrier noted in the wall system l & 2 notes. We assume Tyvek as the air barrier. Answer: Weather barrier to be Tyvek or similar. 41. Question: Please clarify what is being requested in the wall system 1 and 2 breakdown on sheet A-401. What product is the outside air film referring to? Answer: See answer to question 17. 42. Question: Please clarify the existing fire alarm system on site. Answer: The existing building has a FireLite 9200 system with a Starlink mesh radio system. 43. Question: gen note 6/M-002 states that the General Contractor is responsible for tap fees. Please clarify that this is correct. It is unusual for the contractor to pay for the tap fees. Answer: Weld County will pay for the tap fees. This is not a responsibility of the general Contractor. 44. Question: Please clarify the count of IMB-I's. Sheet P-111 shows (3) IMB-2's and only one IMB-l. Please confirm you only want (3) ice box connections and (1) ice box. Answer: IMB-1 refers to an undercounter automatic ice maker. IMB-2 refers to a refrigerator ice maker connection box. 45. Question: Please clarify who is furnishing the garbage disposals and counts. They are referenced in key note 1/P-21. Assume CFCI (I) unit. Answer: The garbage disposal can be a Insinkerator Badger 5,1/2 HP, 120V AC. Refer to electrical sheet E=101 for locations. 3 are provided in total. One is provided at the breakroom sink, one at the sink in the pharmacy and one is at the sink in circulation 1202. 46. Question: define where electrical specification 1.07E is applied. It is assumed there is no removal or relocation of existing work as it relates to electrical scope of work. Please confirm. Answer: Existing site lighting will need to be relocated during parking lot change. Reference detail 1 and note #4 on sheet E-301 for further information. 47. Question: Is a bid bond required? If so for what amount? Answer: Please see Weld County Standard Terms and conditions item 12 in the bid specs. 48. Question: Will the owner or contractor be paying for use costs for water, electricity, gas? Answer: Contractor will pay for these. 49. Question: Will the owner or contractor be paying for materials testing Answer: Owner will pay for materials testing. 50. Question: Will the owner or contractor be paying for commissioning? Answer: Contractor will pay for the commissioning. Si. Question: Will the Ft. Lupton Building Department be waiving any of the permit fees for this project? Answer: Verify with the City of Ft. Lupton building department what permit fees will be charged. 52. Question: Are there any goal requirements for small / minority/ women / veteran owned business? Answer: No. 53. Question: Are there any LEED or waste management goals? Answer: No. 54. Question: Are there any liquidated damages? If so, for what amount? Answer: None. 55. Question: Are there any alternates or unit prices? Answer: No. 56. Question: Are there any allowances that should be included? If so for what amount? Answer None. 57. Question: Will a complete spec book be issued? Answer: No. 58. Question: What existing site restrictions or existing parking restrictions will the contractor be limited to? Answer: Refer to project specific terms and conditions in the bid specs. 59. Question: Please confirm that clean on -site soils including undocumented fill can be used as compacted fill beneath interior / exterior floor slabs. Answer: Based on the project GEOTECHNICAL REPORT (Weld County Buildings and Grounds Proposed SE Annex Building, PN: 180-22) by Northern Colorado Geotech, dated Dec. 15, 2022, the onsite sites may be used as compacted fill beneath the interior/exterior floor slabs. Note that the soils must first be moisture conditioned in a range of 1% to 3% above optimum moisture content and then recompacted to a minimum of 95% standard proctor density. Refer to Geotech Report for additional details. 60. Question: There is no recommendation for pavement sub ex. Please confirm that a scarify and re -compact is all that is required below pavement areas. Answer: The latest 2022 Geotechnical Report does not address pavement sub excavation; however, the original 2005 Report by North Colorado Geotech (PN: 032-05) states that the subsurface conditions are anticipated to be relatively stable would not require sub excavation beneath the pavement. The report does states that if the stability of the subgrade is affected by precipitation, repetitive construction traffic or other facts, the stability may be affected and over -excavation of wet zones and replacement with granular material may be necessary. The geotechnical engineer should be retained to preform inspection of the subgrade during construction and follow any recommendations given. 61. Question: Telcom tower and fiber box will be in the sub ex area. Please recommend how these items are to be protected. Answer: Since no sub -excavation is expected for the parking lot pavement, there will not be an issue with the existing Telecom tower and fiber box. The existing concrete pad that the tower sits on will not be disturbed. The tower and fiber box is approximately 13' away from the proposed building corner; however, if the grossed slopes involved for the sub - excavation necessary for the building/foundation (5' in the Geotechnical Report) intrudes close to the tower and box, shoring should be used to maintain at least a 5' clear distance from those features. 62. Question: Existing pavement, utilities and structures to remain are in the proposed sub ex area. Please confirm if these items should be protected or removed and replaced as necessary. Answer: There is no sub -excavation expected for the parking lot pavement or sidewalks so existing pavement, structures and utilities should not be affected. The only sub -excavation will be for the footprint of the building in which there are no existing features located there. If slopes from the sub -excavation near existing utilities such as telecom/fiber at the north side of the building; shoring should be used to not have the slopes intrude/expose the line. 63. Question: Will both parking lot entrances be allowed for use to construction vehicles, particularly importing and exporting material? Answer: Existing building and parking lot will remain open for business during construction. All construction activities will need to be kept away from and not interference with the normal business operations of the existing building. Both entrances can be used as long as they do not interfere with the normal operations of the building and parking lot. 64. Question: I did not see any specs for the access control and surveillance. Does the County have a vendor for these systems already or is it an open spec? Answer: Weld County will provide and install access control and surveillance. Contractor will be responsible for any conduits or pathways for cabling shown on the drawings. 65. Question: Can we use any area of the parking lot for staging? Answer: Parking lot must remain open for normal business. Some areas of the parking lot will be able to be used as staging areas but in no case can the operation of the building and the parking areas needed for the operations be disturbed. 66. Question: Is this a prevailing Wage / Davis Bacon or certified payroll job? Answer: No. 67. Question: Do we need a commissioning agent. Answer: Yes. 68. Question: Is a bid bond required? Answer: No bid bond is required. 69. Question: Weld County standard terms and conditions line item 13 states bids over $50,000.00 will require a bond. Does this apply to both general contractors and sub -contractors, or just general contractors? Answer: This applies to general contractors only. 70. Question: Weld County standard terms and conditions line item 17 states Weld County is a tax exempt entity. Does this mean the only taxes to be included will be City and State? Answer: Weld County will supply our tax-exempt certificate to the successful contractor so that they can apply for their own tax-exempt certificate for this project. That certificate will provide tax -exemption from both State and Local taxes for the contractor. 71. Question: Weld County standard terms and conditions line item 6 states contractor will pay for the building permit. Confirm this is expected to be paid for by the general contractor. Answer: General contractor will be required to pay for the building permit as well as any other permits necessary to complete this project. 72. Question: Page 5, warranty section in the request for bids is calling for "detailed equipment specifications" and "descriptive literature". Can Weld County provide a separate spread sheet and specify which equipment shall be included? Answer: These items will not be required at the time of bid submission. These will be provided later in the form of submittals and O&M material. This will include all equipment used for this project. 73. Question: Some roofing details call out for TPO conflicting with the EPDM type material call out on A-411. Please advise. Answer: Disregard any reference to TPO roofing. Roofing shall be EPDM as specified in the Exterior Material and Finishes Schedule. 74. Question: The called -out EPDM roofing material is sole sourced Firestone product. Will the Mule Hide EPDM product be an adequate substitute for the Firestone material? Answer: See addendum #2. 75. Question: Please confirm that there are only two available controls vendors for this project; Setpoint systems and Johnson Controls. Answer: Johnson Controls and SetPoint are the only acceptable controls vendors as stated in the BID SPECS — Project Specific Terms and Conditions — Item 9. 76. Question: Please clarify that VAV box controllers shall be by BAS contractor rather than the VAV box manufacturer (mentioned in note 2 of parallel fan -powered air terminal unit schedule and in note 1 on VAV box schedule). Answer: BAS contractor shall provide VAV box controllers. 77. Question: Axiometric States Ecowhite EPDM material appears to be discontinued. What color would Weld County like in lieu of Ecowhite? Standard white or black. Answer: See addendum #2. 78. Question: What are the manufacturer's warranty requirements for the EPDM roofing? Answer: See addendum #2. 79. Question: Roofing system I/A-411 lists the standing seam roof as having an ISO, cover board, etc. assembly below. However, drawing detail 7/A712 shows bet insulation within the ceiling. Please clarify if there will bean ISO insulation assembly installed below the standing seam roof. Answer: Polyiso rigid insulation is to be installed in roof system 1 per assembly description. Batt insulation will not be included in this assembly. See addendum #2. 80. Question: Please clarify the outside air film, listed on detail 0.17/A-411. Answer: See answer to question 17. 81. Question: The 1/2" nail base cover board within the EPDM roofing assembly, in addition to the 5/8" gypsum board on A- 411 is over engineered. Shall one or the other be adequate for this project and which one should be provided? Answer: Intent of t/2" cover board is to act as a substrate for the EPDM membrane and distribute the weight across the insulation to instances of crushing that would compromise the R -value. %2" high density polyiso cover board is and acceptable alternate to OSB. See addendum #2. 82. Question: Do provide specifications for Div. 5 metals Answer: No further specifications will be provided. 83. Question: Structural steel notes on S001 provide sizing for galvanized loose lintels. Wall sections in architectural drawings call for precast lintels. Will any steel lintels be required? Answer: Structural steel notes on S-OO1 providing steel lintel sizing also states "unless otherwise noted". 84. Question: Unsized channel shown on 5/A-252. Does this detail apply? If so, can location be described? Answer: See addendum #2. 85. Question: What are the storefront material warranty requirements? Answer: Manufacturers standard warranty. 86. Question: GL -01 glass type says match existing. Seeing how this is a new building should this note be ignored? If not, what is the existing type and tint? Answer: GL -0l and any other material designated to match existing building. Existing building glass specification: Conformance: Fed Spec DD -G 1403 and ANSI Z97.I Kind FT: LOF Performance Class I: Plate or float, flat, glazing quality q3\ Thickness: As specified on plans. Tint: Green Shading coefficient: 0.53 87. Question: WF-9 indicates that it is a service window but shows elevations as a fixed piece of glass. No slider, no speak hole, no transaction tray. Please clarify. Answer: WF-9 has a 5" gap above and below the window frame for pas through. Reference 2/A-601. 88. Question: Base shoe called out for storefront type WF-7 and WF-8. Base shoe is better utilized for railings than these types of storefronts. Will Weld County accept a U -channel with end caps in lieu of the base shoe shown? Answer: Both base shoe and U -channel will be acceptable. 89. Question: Exterior storefront doors do not show a need for thermal insulation. Confirm exterior storefront doors do not require thermal break. Answer: Exterior storefront doors are required to have a thermal break. 90. Question: The interior vestibule storefront system is calling for thermal break glazing. Not being an exterior system, will Weld County accept a l" glass infill (E14000) in lieu of what is called for at the interior vestibule? Answer: Provide thermal breaks for all vestibule doors, interior and exterior. 91. Question: Please clarify signage requirements and provide specifications. Answer: See answer to question #19. 92. Question: Finish schedule notes 1, 2 & 3 state window blinds are by owner. Please clarify if this is correct, if not please provide specifications for window treatments. Answer: Window blinds are by owner. 93. Question: HOLCIM (Firestone) is not manufacturing white EPDM at this time. Answer: See approved roofing suppliers in addendum #2. 94. Question: Please provide a specification for toilet partitions. Answer: See addendum #2 95. Question: Have the drawings been submitted for plan check? Answer: Yes. 96. Question: The service equipment has a lead time of 60 weeks, this means that if we issue a LOI to the electrical sub on 6-23- 23, we would not install until September 27, 2024, which is 7 months past the requested completion date. Please clarify how the general contractor should proceed based upon the procurement issue. Answer: On the bid form under proposed dates there are spaces provide for contractors anticipated start date and completion date. When filling these in please take into account any material lead times. 97. Question: Please clarify the panel type for MP -02. The material finish schedule lists Berridge metal panel, light gray. Answer: 24ga steel, 6" horizontal rib, exposed fasteners. Contractor to supply full range of samples for color selection. 98. Question: Please specify under slab vapor barrier including mil thickness. Answer: See answer to question 30. 99. Question: Could you please let me know if I need to provide a 20yr NDL warranty with this rubber guard EPDM? We are not able to get offer that with this Firestone product, unfortunately. I would be able to provide a 20yr NDL warranty on Carlisle RPI EPDM only at this time. If they don't need a warranty like that then no big deal. Answer: See addendum #2 100.Question: Is there a bid bond required for this project? Answer: No. 10l.Question: Will liquidated damages be assessed on the project? Answer: No. 102. Question: In the wall type notes, A-401 shows a .17 outside air film. Can you help locate this in the details or offer an explanation: Answer: See answer to question #17. 103. Question: Please provide specifications for steel doors and frames (0811 113) 13) and flush wood doors (081416). Answer: These specifications arc provided on specifications sheet A-012. 104. Question: Hardware set 2.0 assign to aluminum storefront openings 1102E3, 1202B and I202C; however the set is written more for a hollow metal door / frame assembly. Please review and advise. Answer: The exterior door mentioned from hardware set 2.0 are hollow metal frames/ door with full-lite. 105. Question: All panic hardware is scheduled as Von Duprin except for set 8.0, which is scheduled as precision. Do not recommend mixing manufacturers on new construction. Also, they will look different. Shall these be changed to equivalent Von Duprin products? Answer: All panic devices shall be Von Duprin Change this hardware set to the equivalent Von Duprin model. 106. Question: Please confirm that the contents of equipment in electrical room 1112 do not necessitate the use of panic hardware at 1 112 and I I I3B. Answer:1 112 and 1113B 13B do not require panic hardware. Maximum amperage rating in electrical 1 1 12 and the whole building will be 600A, therefore NEC 110.26.C.3 does not apply. Exhibit B SCOPE OF WORK Weld County Southeast Annex Building Construction PROJECT OVERVIEW: Weld County is seeking lump sum bids for construction of a new building at the Southeast Weld County Service Center. The Southeast Annex building is located at 2950 9''I Street. Ft. f .upton, Colorado 80621. METHOD OF PROCUREMENT: Request for Bier (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The scope of this project is for the complete turnkey building construction. Project documents and specifications have been provided per the attachments to this bid. I. Contractor will he responsible for providing al labor, materials and equipment necessary for the complete construction of the new building as outlined and specified in the project documents that hare been provided with this bid request per the attachments outlined below. This trill include but not be limited to all site work, building construction, utilities and site improvements for the total scope of'work. It is the contractor's responsibility at the time of hid submission to ensure that all project specifications and requirements have been taken into account and included in their hid submission per the project documents provided. ATTACHMENTS: The attachments listed below will become part of tins bid and arc availahle on I3idNet, ✓ Attachment A: Weld County project documents. �- Attachment ft: Weld County Southeast Annex building plans. • Attachment C: Weld County Southeast Annex specifications. PRO,tE C7' SPECIFIC TERMS AND CONDITIONS: I Contractor will provide all labor; materials and equipment for all work shown and specified in the project plans. All work shall be completed per the documents provided. 2. Staging areas will he available for the contractors use at the site, however the adjacent building will he open for business during the construction process. Adequate parking spaces and access for the buildings normal operations shall he maintained during construction. +. Contactor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsitc storage that may be needed. 4. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. A qualified representative will be allowed to receive deliveries in lieu of superintendent or project manager if needed during construction off hours if County project manager is properly notified and delivery has trees scheduled. 5. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have heen properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors must clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 6. Contractor will be responsible for securing the site. Adequate fencing, barriers and other protection for the public shall he installed and maintained throughout construction. Sigttage shall he displayed showing dangers and directing the public away from construction areas. BID REQUEST #62300112 Page 9 7. Contractor shall protect the existing building from damages. Physical barriers and signage will be used to make sure workers are aware of existing building perimeters and infrastnicture to keep workers and machinery away from them. g. Contractor will be responsible for all temporary facilities including toilets, trash dumpsters, temporary office space and enclosed storage containers. All temporary facilities shall be located away from existing building and not located in areas that will be used by the public while accessing the existing building. 9. Weld County tIVAC systems will be either Delta Controls through Setpoint version 4.2. or Johnson Controls Metasys version 11.0. No other control systems are acceptable. This cost and coordination are the responsibility of the contractor and is to be included in the contractors bid. Control point minimum requirements are as follows. VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Thermostats Manually adjust temperatures Digital display Display room temperature Display setpoint Shall control area FPB or VAV FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off PROJECT CLOSE OUT: 1. Contractor will provide two (2) complete sets of O&M manuals along with two (2) complete sets of as -built drawings at the time of completion of the project. 2. Contractor will provide all manufacturer's warranty documentation for all equipment. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. BID REQUEST #82300112 Page 10 4. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 5. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will he provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor sloes not submit in writing and receive smitten approval but starts any additional work, the contractor will he responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must he submitted through an 001 (Request for Information) for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RF1 log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. RFI's arc only to be sent through the County project manager. RFL responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed. 5. All damages to building structure and finishes shall be repaired to original condition as a part cif this contract. (s. Project will be permitted through the City of Ft. Lupton. Fees for the building permit will he paid for by the contractor. Any other fees associated with this project will be paid for by the contractor. Contractor is responsible for the coordination and scheduling of all inspections that are required. The contractor will be responsible for having a qualified representative on site for any inspection. 7. All electrical work will be done by a qualified State licensed electrician. 0. All plumbing work will be clone by a qualified State licensed plumber. 9. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could he damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will he the contractor's responsibility' to repair or replace. 10. All lifting and hoisting equipment shall be provided by the contractor as needed. 11. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 12. No bid bond is required for this project. IS. Bids over 050,000 still require a payment (100%) and performance (100%) hood. Performance and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will not be accepted. 14. Retainage in the amount of 5% shall he held on all pay requests until the final acceptance of the project. 15. Contactor will be required to provide Professional Liability Insurance (PH) and builders risk insurance in the amount of the hid. 16. All trash and debris to he properly disposed of offsite. Due to the space constraints of this project this will need to he done on a regular basis. At no time will debris be allowed to accumulate. 17. Weld County is a tax-exempt entity. 18. Davis -Bacon and Buy American requirements are NOT required. 19. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contact is available through the Weld County Purchasing department and is available for viewing upon request. GENERAL. CONDITIONS: Weld County will require the contractor to provide a breakout of all monthly general condition items and their associated costs. This will be Luse() for determining actual cost for claims of delays caused by the owner. 'Otis cost shall include but is not limited to all supervision, project management, administrative, equipment, parking, fuel or vehicle expense, or any additional applicable fees and or cost that is associated with the contractor's management and operation of this project. BID REQUEST 0B2300112 Page 1 t This cost is for additional general conditions in the case that the project is delayed by the actions of the owner. Any delays in schedule due to the contractor or its representatives will be the contractor's responsibility including all associated cost. Please provide a breakout per the chart below along with your line itemed total monthly general conditions cost. This breakout will only be used in the case of owner delays or if additional scope is added to the project. Contactors Additional Monthly General Conditions Lump Stun Cost: $ 52, Sin q GENERAL CONDITIONS :MONTHLY BREAKOUT DESCRIPTION MONTHLY LINE -ITEM COST SIQA -Mire 4c i l,'4, l tk4Y 1 t files C 1«, 5 4, -71,4P/C14,.\ .,�, p s}.crs $ 31.51-N 8.33 4 $ $ 4.►7(0 $ 8,673 SCHEDULE: 1. Contractor is responsible for providing and maintaining a full project schedule as well as a three week look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. 2. The contractor will host a weekly coordination meeting with all associated contractors, and County representatives. At this time the contractor will provide the three (3) weeks look ahead schedule as well as all applicable updates to the overall project schedule. This will need to he submitted in person at the weekly meeting as well as sent electronically to the County project manager and construction team. Below is the anticipated schedule for this project: Date Of This Bid Advertisement Datc Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish April 18, 2023 April 18, 2023 May 2, 2023 May 9, 2023 May 16, 2023 June 5, 2023 June 19, 2023 Immediately upon receipt of signed contract February 29, 2024 BID REQUEST #B2300112 Page 12 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being June 19, 2023. Start Date: ,,1w\ y 54 Completion Date:t ; ,2014/ Fee: Provide your total lump sum cost to complete the project in its entirety. Total Lump Sum Cost $ 5 ,,Z11, ) 1 t %on BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on May 16, 2023: 1) Pages 9 thru 14 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300112 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2300112. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Roche Constructors, Inc. BY Thomas J. Roche, President/CEO (Please print) BUSINESS ADDRESS 361 71st Avenue DATE May 31, 2023 CITY, Greeley, STATE, CO ZIP CODE 80634 TELEPHONE NO (970) 356-3611 FAX (970) 356-3619 TAX ID # 84-0617026 SIGNATURE � E-MAIL troche@rocheconstructors.com Thomas J. Roche, President/CEO WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0323 BID REQUEST #B2300112 Page 14 ADDENDUM#1 BID REQUEST NO. B2300112 SE ANNEX BUILDING CONSTRUCTION 1) Currently: The current dates for bid elements are shown below Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish April 18, 2023 April 18, 2023 May 2, 2023 May 9, 2023 May 16, 2023 June 5, 2023 June 19, 2023 Immediately upon receipt of signed contract February 29, 2024 Change: Due to the number of questions and the substance of some of them, the bid due date has changed along with bid award notice, contract execution and construction completion dates. The new dates are shown below: Date Of This Bid April 18, 2023 Advertisement Date April 18, 2023 Pre -Bid Conference May 2, 2023 Bid Questions are Due May 9, 2023 Bids Are Due (Revised) May 31, 2023 Bid Award Notice (Revised) June 19, 2023 Contract Execution (Revised) July 5, 2023 Construction Start Immediately upon receipt of signed contract Construction Finish (Revised) March 15, 2024 2) Currently: Responses to contractors' questions were to be posted on or about May 10, 2023. Change: Responses to contractors' question will be posted on or about May 19, 2023. 3) Currently: Bids are due May 16, 2023 at 10:00 am (Weld County Purchasing Time Clock). Change: Bids are due May 31, 2023 at 11:00 am (Weld County Purchasing Time Clock). ***We need signed cony submitted with bid. Thank You!*** Addendum received by: Roche Constructors, Inc. FIRM 361 71st Avenue ADDRESS Greeley, CO 80634 CITY AND STATE BY Thomas J. Roche, President/CEO troches racheconstructors.com EMAIL May 11, 2023 ADDENDUM#2 BID REQUEST NO. B2300112 SE ANNEX BUILDING CONSTRUCTION 1) Currently: Specifications call out the sole source EPDM manufacturer as Carlisle. Change: All EPDM roofing shall be from a tier one manufacturer. These are Carlisle, Firestone and Johns Manville. These are the only acceptable roofing manufacturers. Color of roof membrane to be standard white. Warranty shall be 20 years. 2) Currently: No damp proofing specifications have been provided. Change: Damp proofing shall be W.R. Meadows Sealmastic Emulsion damp proofing or equal. 3) Currently: No specimen pass -through specifications have been provided. Change: Specimen pass -through shall be Southwest Solutions Group, Model SPT, stainless steel #4 finish. 4) Currently: No approved fire alarm system manufacturers are listed. Change: Fire alarm system shall be FireLite or Silent Knight. No other fire alarm systems shall be used. 5) Currently: Fire alarm specifications do not call for the use of a mesh radio system. Change: Provide Starlink communicator SLE-LTEVI-CFB for the fire alarm system. This device shall be purchased as part of this project instead of leased. The cost of purchasing this device shall be included in the bid price. 6) Currently: Drawings have been issued that need clarification or revisions. Change: Addendum #2 revised drawings: Revised drawings package has been posted to BidNet. All changes made to the drawings have been clouded and are noted as addendum #2. ***We need signed copy submitted with bid. Thank You!*** Addendum received by: Roche Constructors, Inc. FIRM 361 71st Avenue ADDRESS Greeley, CO 80634 CITY AND STATE BY Thomas J. Roche, President/CEO troche@rocheconstructors.com EMAIL May 22, 2023 AC RO EP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 06/19/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-844-484-7750 CONTACT Monica Drummer NAME: Holmes Murphy & Associates - CO 7600 East Orchard Road, Suite 230 South PHONE I(FZ IA/C. No. Extl: 72'622-.249 (AIC, No): com Ins, mdrummer@csdx.com ADDRES INSURER(S) AFFORDING COVERAGE NAIL # Greenwood Village, CO 80111 MSURERA:LIBERTY MUT FIRE INS CO 11748 INSURED INSURER': LIBERTY INS CORP 42404 Roche Constructors, Inc. INSURER CINDIAN HARBOR INS CO 36940 361 71st Avenue MSURERD: INSURER E : Greeley, CO 80634 MSURERF: COVERAGES CERTIFICATE NUMBER: 69034440 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER INS�WVD POLICY NUMBER POLICY EFF (MM/DD/YYYYI POLICY EXP IMM/DD/YYYY) LIMITS A X COMMERCIALGENERALLIABILITY ICLAIMS -MADE El OCCUR X PD Deductible: $25,000 TB2Z91473820013 01/01/23 01/01/24 16167117006116 $ 1,000,000 PREM SES (Ea occur once) $ 500,000 MED EXP (Any one person) $ 15,000 PERSONAL 8, ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENII AGGREGATE LIMIT APPLIES PER: POLICY Il JECT PRO ElLOC OTHER: PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILELIABILITY X ANY AUTO OWNED AUTOS ONLY HIRED _ AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY AS2Z91473820023 01/01/23 01/01/24 COMBINEDSINGLELIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B X UMBRELLALIAB EXCESS LIAR X OCCUR CLAIMS -MADE TH7Z91473820043 01/01/23 01/01/24 EACHOCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ DED I X I RETENTIONS 0 A WORKERSCOMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNERIEXECUTNE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A WC2Z91473820033 01/01/23 01/01/24 XISTATUTE I IOERH E.LEACHACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1, 000,000 E.L. DISEASE - POLICY LIMIT $ 1, 000, 000 C Pollution/Professional Liab. 780744117501 01/01/23 01/01/24 $5Mil/$5Mi1 Limit $10Mil Aggregate 25,000Retention DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: Southeast Annex Building Project Number: B2300112 As required by written contract or written agreement, Weld County, Colorado, its elected officials, and its employees are included as Additional Insured under General Liability with respect to the above referenced. As required by written contract or written agreement, a Waiver of Subrogation in favor of Weld County, Colorado, its CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County, Colorado THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 O Street AUTHORIZED REPRESENTATIVE Greeley, CO 80631 I USA �PN�� ACORD 25 (2016/03) VMancha 69034440 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE 06/19/2023 NAME OF INSURED: Roche Constructors, Inc. elected officials, and its employees applies to Workers Compensation and General Liability with respects to the above referenced. SUPP (10/00) Contract Form New Contract Reques Entity Information Entity Name" ROCHE CONSTRUCTORS. INC Contract Name* SOUTHEAST ANNEX BUILDING Contract Status CTB REVIEW Entity ID" L.00004065 Contract Description CONSTRUCT NEW BUILDING AT THE SOUTHEAST ANNEX Contract Description 2 Contract Type" CONTRACT Amount" S 5,219, 700.00 Renewable" NO Automatic Renewal Grant 1GA ❑ New Entity? Contract ID 7141 Contract Lead SGEESAMAN Contract Lead Email sgeesaman@co,weld.co.us;I redfern /weidgov.com Parent Contract ID Requires Board Approval YES Department Project tit Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 07/01'2023 07,05/2023 Department Email CM- BuildingGrounds/`weldgov.c OM Department Head Email CM-BuildingGrourids- DeptHeactgvveldgov.corn County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY AWELDG OV,COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300112' If this is a renewal enter previous Contract ID If this is part of a MSA enter NSA Contract ID Note. the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 06 24.2024 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR DH Approved Date O7,10'2023 Final Approval 13OCC Approved 1C Signed Date BOCC Agenda Date O7:`17?2023 Originator SGEESAMAN Committed Delivery Date Contact Type Contact Email Finance Approver CHERYL PATTELLI Expiration Date. 06/2412024 Contact Phone I Purchasing Approved Date 07:' 1 1 2023 Finance Approved Date 07=10 2023 Tyler Ref # AG 071 723 Legal Counsel KARIN MCDOUGAL Contact Phone 2 Legal Counsel Approved Date 07/11 2023 June 12, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Southeast Annex Building Construction (B2300112) As advertised this bid is for construction of the southeast annex building at the southeast service center. The low bid is from Roche Constructors, INC. and meets specifications. Therefore, the Facilities Department is recommending the award to Roche Constructors, INC. in the amount of $ 5,219,700.00. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director 2-(23- 1531 bi 5 DATE OF BID: MAY 31, 2023 REQUEST FOR: SOUTHEAST ANNEX BUILDING CONSTRUCTION DEPARTMENT: FACILITIES BID NO: B2300112 PRESENT DATE: JUNE 5, 2023 APPROVAL DATE: JUNE 19, 2023 VENDOR ROCHE CONSTRUCTORS, INC. 361 71ST AVENUE GREELEY, CO 80634 BAKER CONSTRUCTORS 5660 IRIS PARKWAY FREDERICK, CO 80504 GROWLING BEAR COMPANY, INC. 2330 4TH AVENUE GREELEY, CO 80634 GERALD H. PHIPPS, INC. DBA GH PHIPPS CONSTRUCTION CO. 599 GREENWOOD PLAZA BLVD, STE 100 GREENWOOD VILLAGE, CO 80111 BUILDINGS BY DESIGN 515 INDUSTRIAL PARK RD BRUSH, CO 80723 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reve rett(a,weld gov. co m coeisertaweldgov.com Phone: (970) 400-4222 or 4223 Fax: (970) 400-4024 START COMPLETION DATE DATE TOTAL 7/5/2023 4/15/2024 $5,219,700.00 10/26/2023 10/2/2024 $5,759,693.00 7/10/2023 8/31/2024 $5,770,564.00 2/5/2024 12/6/2024 $5,840,00.00 6/26/2023 11/04/2024 $5,941,525.00 2023-1531 Cc/5 PAGE 2 DATE OF BID: MAY 31, 2023 REQUEST FOR: SOUTHEAST ANNEX BUILDING CONSTRUCTION DEPARTMENT: FACILITIES BID NO: B2300112 VENDOR EVERGREEN INDUSTRIAL, LTD. 5002 MARKETPLACE DRIVE, SUITE 101 JOHNSTOWN, CO 80534 START COMPLETION DATE DATE TOTAL 7/19/2023 3/19/2024 $6,317,734.00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. Hello