Loading...
HomeMy WebLinkAbout20252735 Curt+vc et-Ma 1049 igOc -�, FACILITIES DEPARTMENT lr ) PHONE: (970) 400-2020 �...../ FAX: (970)304-6532 2v C T WEBSITE:www.co.weld.co.us I P- 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 17, 2026 To: Board of County Commissioners From: Patrick O'Neill Subject: Weld County jail pod 24 1-hour time out room change order—(B2500114) During the construction for the required 1-hour time out room, sheriff's office staff observed some issues that needed to be changed for security reasons. Holes in the floor needed to be patched as well as adding Masonite and metal lathe to the ceilings and revising the privacy walls in the restrooms. The contractor doing the project, KR Construction quoted a price of$10,833.83 to complete the additional requested work. The Facilities Department recommends adding the additional services to the contract to be completed by KR Construction for$10,833.83. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director c,orIer4 119, c c 2 025-7 135 3/75/2 cc )/75/7.40 8C 00Z1 BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW PASS-AROUND TITLE: Jail Pod 24 1 Hour Time Out Room Change Order DEPARTMENT: Facilities DATE: March 17, 2026 PERSON REQUESTING: Patrick O'Neill Brief description of the problem/issue: During the construction for the required 1-hour time out room, sheriffs office staff observed some issues that needed to be changed for security reasons. Holes in the floor needed to be patched as well as adding Masonite and metal lathe to the ceilings and revising the privacy walls in the restrooms. What options exist for the Board? 1. Approve the request 2. Deny the request Consequences: Impacts: Costs (Current Fiscal Year/Ongoing or Subsequent Fiscal Years): $10,833.83 Recommendation: Facilities recommends placing this change order request on an upcoming BOCC agenda for approval. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck Scott K. James Jason S. Maxey Y`l Lynette Peppier Kevin D. Ross A" Change Order# 1 to Service Agreement Between Weld County and KR Construction Group INC Date: March 17, 2026 Original Agreement: 2025-2735 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 Exhibit, which is 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: $ 694,050.85 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 10,833.83 Current Change Order Amount $ 704,884.68 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: a N.re.�sam .are ON c•us. 3/19/26 : Sam Backiewicz By: Date 2026U31.0939050600 Date Sam Backiewicz Name: Title: Project Manager BOARD OF COUNTY COMMISSIONERS ATTEST: � WELD COUNTY, COLORADO Weld County Clerk to the Board BY: II A,/ Deputy Clerk to the B•kw • Q►�"' ,;tt K. James, Chair �� 2 2Q26 r\\ IE �� � k ' t_141.,110 '11�� .> • rwe of ZOZS�Z`l?)5 KR PCCO #001 CONSTRUCTION GROUP KR Construction Group Inc Project:KR2509-07-Weld County N Jail-Unit 24 Renovation 1029 S Sierra Madre Unit A 2110 O St Colorado Springs,Colorado 80903 Greeley,Colorado 80631 Phone:(720)441-6965 Prime Contract Change Order #001 : CE #005 - Patch Holes, Modify Ceilings, Modify Privacy Walls TO: Weld County Facilities Department FROM: KR Construction Group Inc 1105 H Street 1029 S Sierra Madre St Unit A Greeley,Colorado 80631 Colorado Springs, Colorado 80903 DATE CREATED: 2/16/2026 CREATED BY: Sam Backiewicz(KR Construction Group Inc) CONTRACT STATUS: Pending-In Review REVISION: 0 DESIGNATED REVIEWER: REVIEWED BY: DUE DATE: REVIEW DATE: INVOICED DATE: PAID DATE: SCHEDULE IMPACT: 3 days EXECUTED: No REVISED SUBSTANTIAL SIGNED CHANGE ORDER COMPLETION DATE: RECEIVED DATE: CONTRACT FOR: 1:Weld County N Jail-Unit 24 Renovation TOTAL AMOUNT: $10,833.83 DESCRIPTION: CE#005-Patch Holes Patch all holes in the floor left behind due to relocation of cell walls leaving behind an exposed column in the floor. KR to cut these flush,patch floor with epoxy,and finish floor per plans leaving a consistent epoxy floor finish. Add 1/4"Masonite plywood,and galvanized lath,in between impact resistant drywall in ceilings to upgrade durability and safety of ceilings.Plywood will be glued using construction adhesive to form a secure bond between the plywood and drywall components. Modify shower privacy walls per the attached sketch.Block will be raised 2 courses from the ground,block reused above.Rebar will be added on the corner going vertically into the floor.Lintel added at the shower threshold to cover unfinished edge of shower pan.Block opening will need to have a radius.Final approval to occur on site with mockup. ATTACHMENTS: 7492ba86-742b-428c-b59f-c22d2504a11e.jpq,7bb95eae-aac5-4a99-89ef-26209b071a37.jpg,Image(3).jpq,masonite.png,Epoxy Patch.png, Lath.pnq,Adhesive.png,privacy walls.pdf POTENTIAL CHANGE ORDERS IN THIS CHANGE ORDER: PCO# Title Schedule Impact Amount 001 CE#005-Patch Holes $10,833.83 Total: $10,833.83 CHANGE ORDER LINE ITEMS: PCO#001:CE#005-Patch Holes Budget Code Description Amount 1 09-600.L Flooring.Labor COP 1 -Labor to grind down,patch back-24 man hours $1,080.00 2 09-600.M Flooring.Materials COP 1 -Epoxy Materials $140.00 3 09-250.L Gypsum Wallboard.Labor COP 2-Add 1/4"Masonite plywood and lath wire in between all cell $1,500.00 ceilings-labor 4 05-050.M Basic Metal Materials and COP 2-Lath Wire Materials-53 pieces $896.00 Methods.Materials 5 09-250.M Gypsum Wallboard.Materials COP 2-1/4"Masonite-30 sheets $738.00 6 09-250.M Gypsum Wallboard.Materials 3 cases Adhesive,Additional Ceiling wire and ties due to added ceiling $581.00 weight KR Construction Group Inc Page 1 of 2 Printed On:3/15/2026 11:23 AM KR PCCO #001 CONSTRUCTION GROUP # Budget Code Description Amount 7 03-400.S Precast Concrete.Commitment COP 3-Modify Privacy Walls $2,861.00 8 01-010.L Project Mananger.Labor Supervision-Add 3 days to schedule for ceiling work $1,440.00 9 01-010.0 Project Mananger.Other 15%OH&P $1,385.40 10 01-010.0 Project Mananger.Other 2%Bond $212.43 Grand Total: $10,833.83 The original(Contract Sum) $694,050.87 Net change by previously authorized Change Orders $0.00 The contract sum prior to this Change Order was $694,050.87 The contract sum would be changed by this Change Order in the amount of $10,833.83 The new contract sum including this Change Order will be $704,884.70 The contract time will be increased by this Change Order by 3 days. Will Hopkins(Weld County Facilities Weld County Facilities Department KR Construction Group Inc Department) 1105 H Street 1029 S Sierra Madre St Unit A Greeley,Colorado 80631 Colorado Springs,Colorado 80903 ON C= Sam Backiewicz o°ctr Z '°o"° =P= SIGNATURE DATE SIGNATURE DATE SIGNATURE DATE KR Construction Group Inc Page 2 of 2 Printed On:3/15/2026 11:23 AM Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job KR CONSTRUCTION GROUP INC SUP-47794 aid linked here to add a Q supplier in Workday. Contract Name* Contract ID Parent Contract ID JAIL POD 24 1 HOUR TIME OUT ROOM CHANGE ORDER 10496 #1 Requires Board Approval Contract Lead* YES Contract Status CNAIBAUER CTB REVIEW Department Project# Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE CHANGES TO THE SCOPE OF WORK AS REQUESTED BY THE SHERIFFS OFFICE. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 03/19/2026 GROUNDS 03/23/2026 Amount* $10,833.83 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO v Does Contract require Purchasing Dept. to be included?* Automatic Renewal Department Head Email NO Grant CM-BuildingGrounds- DeptHead@weld.gov IGA County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV 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 Review Date* Renewal Date 07/31 /2026 Termination Notice Period Expiration Date* Committed Delivery Date 07/31 /2026 Contact Information 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 MICHAEL BARANOVIC CHRIS D'OVIDIO MATTHEW CONROY DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/20/2026 03/23/2026 03/23/2026 Final Approval BOCC Approved Doc ID# AG 032526 BOCC Signed Date Originator BOCC Agenda Date CNAIBAUER 03/25/2026 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD Can 11,0 C 1Y4 I Ovo I AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND KR CONSTRUCTION GROUP INC. FOR WELD COUNTY NORTH JAIL POD 24 RENOVATION THIS AGREEMENT is made and entered into this Z1'day of OCA-0 025,by and between the Board of Weld County Commissioners,on behalf of the Facilities department,hereinafter referred to as"County,"and KR Construction Group 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 be based upon order of attachment. Exhibit A consists of County's Invitation for Bid(IFB)as set forth in Bid Package No. B2500114. 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 ConSmk c113)- . CC:Onba�e($G) Zo2-Z-735 o/z-7/2 2�5 SC-I o02"1 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the 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 Department of Public Works 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 i 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 Amendment. 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 2 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD 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$694,050.85,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 or agents of County,nor entitled to any employee benefits(including unemployment insurance or workers'compensation benefits)from County as a result of the 3 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD 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. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 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 4 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD 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. The County requires that all policies of insurance be written on a primary basis,non-contributory with any other insurance coverages and/or self- insurance carried by the County. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a"following form"basis.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 5 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD before the contract date or the first date when any goods or services were provided to County,whichever is earlier. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. The insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation,non-renewal,suspension,voided,or material changes to policies required under this Agreement.On all other policies,it is the Contractor's responsibility to give the County 30 days'notice if policies are reduced in coverage or limits,cancelled or non-renewed.However,in those situations where the insurance carrier refuses to provide notice to County,the Contractor shall notify County of any cancellation,or reduction in coverage or limits of any insurance within seven(7)days or receipt of insurer's notification to that effect. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense,the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Subcontractors Contractors'certificate(s)shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor,however,subcontractor's limits of liability shall not be less than $1,000,000 per occurrence/$2,000,000 aggregate. Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an"A.M.Best"rating of not less than A-VI!. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Proof of Insurance Contractor shall provide to County a Certificate of Insurance(COI). The County,in its discretion,may accept other forms of proof of insurance. The Certificate of Insurance shall name"Weld County,Colorado,its elected officials,its subsidiary, associated and/or affiliated entities,successors,or assigns,employees,agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by,or on behalf of the Contractor,including completed operations". 6 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD In the County's sole discretion,the County may ask to examine a policy,an endorsement,or other proof of insurance if there is a question on coverage.Such examination is deemed confidential,and the document is not kept in the record,but simply examined to confirm coverage is present. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers'Compensation and Employer's Liability Insurance 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. Minimum Limits: Coverage A(Workers'Compensation) Statutory Coverage B(Employers'Liability) $ 100,000 $ 100,000 $ 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County,its subsidiary,parent,associated and/or affiliated entities,successors,or assigns,its elected officials,departments,employees,agents,and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by,or on behalf of the Contractor,including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage(Any One Fire) $ 100,000 Medical Payments(Any One Person) $ 10,000 7 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. 3) Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage(Each Accident) $ 1,000,000 Bodily injury and property damage for any owned,hired,and non-owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by,or on behalf of the Contractor,including completed operations. 4) Professional Liability: Contractor shall maintain Professional Liability Insurance 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 provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a.Coverage shall apply for three(3)years after project is complete. b.Policy is to be on a primary basis,if other professional coverage is carried. Per Loss $ 2,000,000 Aggregate $ 4,000,000 5) 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. 6) 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 8 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD 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 7) 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. a.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. b.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. c.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. d.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. e.The Builders'Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any 9 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD 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. f.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). g.The deductible shall not exceed$25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. Additional Insurance Related Requirements No limitation of Liability:The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any 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. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado,and unless otherwise specified,all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages,before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance(ACCORD)form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate,'Weld County,its associated and/or affiliated entities, successors,or assigns;its elected officials, employees,agents,and volunteers as Additional Insureds"for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured,the County shall be an additional insured to the full limits of liability purchased by the 10 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County,Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s)required by the Contract for examination for evidence of required coverages. Copies are not kept as a record,are deemed confidential,and are not subject to disclosure under Colorado's Open Records Act(CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project,and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office,whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 14. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss,including the execution and delivery of any proof of loss or other actions required to effect recovery. 15. Indemnity. The Contractor agrees to indemnify,hold harmless and,not excluding the County's right to participate, defend County,its officers,agents, employees, associated and/or affiliated entities,successors,or assigns its elected officials, trustees,volunteers,and any jurisdiction or agency issuing permits for any work included in the project,from all suits and claims,including attorney's fees and cost of litigation,actions,loss,damage,expense,cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act,claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes,ordinances,regulation,law or court decree. It is the specific intention of the parties that the County shall,in all instances,except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. 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,associated and/or affiliated entities,successors, or assigns,its elected officials,trustees,employees,agents,and volunteers for 11 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD 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. 16. 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. 17. 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. 18. 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. 19. 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:Kim Hawkins Position:CEO Address:1029 South Sierra Madre Street,Suite A Address:Colorado Springs,Colorado 80903 12 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD E-mail:khawkins@krconstructiongroupinc.com Phone:(720)441-6965 County:Patrick O'Neill Position:Facilities Director Address:1105 H Street Address:Greeley,Colorado 80632 E-mail:poneill@weld.gov Phone:(970)400-2023 20. 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. 21. 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. 22. 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. 23. 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. 24. 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. 25. 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. 26. 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 13 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD construed and enforced without such provision,to the extent that this Agreement is then capable of execution within the original intent of the parties. 27. Non-Waiver. The parties hereto understand and agree that the County is relying on,and does not waive-or intend to waive by any provision of this Contract,the monetary limitations or any other rights,immunities,and protections provided by the Colorado Governmental Immunity Act§§24-10-101 et seq.,as from time to time amended or otherwise available to the County,its subsidiary,parent,associated and/or affiliated entities,successors,or assigns;or its elected officials,employees, agents,and volunteers. 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 as applicable now or hereafter amended. 28. No Third-Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement,and all rights of action relating to such enforcement,shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 29. 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. 30. 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. 31. No Employment of Unauthorized Aliens.Contractor certifies,warrants,and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement(see 8 U.S.C.A.§1324a and(h)(3))nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request,contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all other requirements of federal or state law,including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 14 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD If Contractor fails to comply with any requirement of this provision,County may terminate this Agreement for breach,and if so terminated,Contractor shall be liable for actual and consequential damages. 32. 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).] 33. 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. 34. 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. 35. 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. 15 Docusign Envelope ID:1448F41A-ODB1-44E4-84AB-20C7B3B5FDBD CONTRACTOR: Do.Signed by: 10/20/2025 By: 9,3Eg�e,77�o<F5. Date of Signature Name: Kim HawKlns Title:CEO WELD COUNTY: ATTESI�;�CCS�CC '€1 BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY,COLORADO BY:451,1da,n .�1.�% Deputy Clerk to the Board L P ry L.Buck,Chair � OCT 2 r 2025 EcLa , y 16 2075-7 13S r Weld County Finance Department Purchasing Division 01 � 1 1301 North 17thAvenue FV IIJ it �Pi / Greeley, Colorado 80631 PV couN _Y General Services - Invitation for Bid (IFB) Cover Sheet Bid Number: B2500114 EXHIBIT Title: Weld County North Jail — Unit 24 Renovation Advertisement Date: August 28, 2025 Pre- Bid Meeting: September 10, 2025, at 10:00 am Pre- Bid Location: 2110 O Street, Greeley Colorado Questions Due: September 17, 2025, by 10:00 am Questions Posted: September 19, 2025, by 5:00 pm Questions email: bidsweld.gov Bid Due Date: September 24, 2025, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bidsweld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bidsweld.gov Documents Included in this Bid Package IFB Schedules IFB Attachments Schedule A: Bid Instructions Attachment 1 — Project Documents Schedule B: Scope of Work Schedule C: Project Schedule Schedule D: Bid Form Schedule E: Insurance Schedule F: Weld County Contract Form Revision 6-2025 Table of Contents General Services-Invitation for Bid(IFB)Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Table of Contents 2 Schedule A-Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B-Scope of Work 6 Project Overview 6 Method of Procurement 6 Pricing Method 6 Specific Requirements and Responsibilities 6 Schedule C-Procurement Schedule 9 Schedule D-Bid Response Form 10 Bid Submittal Instructions 10 Fees 10 Attestation 10 Schedule E—Insurance 12 Insurance 12 Insurance Mailing Information 14 Schedule F-Weld County Contract 16 Contractual Obligations 16 Weld County Standard Contract 16 Solicitation#B2500114 Page 2 Schedule A-Bid Instructions Purpose/Background The Board of County Commissioners of Weld County,Colorado,by and through its Purchasing Office(collectively referred to herein as,"Weld County"),wishes to purchase the following: Weld County North Jail—Unit 24 Renovation A Mandatory pre-bid conference will be held on September 10,2025,at 10:00 am at the North Jail Complex located at,2110 0 Street Greeley,CO 80631.Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Bids will be received until:September 24,2025 at 10:00 am(Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on September 24,2025 at 11:00 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 Purchasing Conference Room,1301 N.17th Avenue,Greeley,CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„201425718# Meeting ID:218 923 494 974 7 United States,Denver Passcode:pw9Vc3fN Phone conference ID:201 425 718# Bid Advertisement 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.BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities.Participating entities post their bids,quotes,proposals,addendums,and awards on this one centralized system. Bid Submission 1. PREFERRED:email bids to bidsaweld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com.The maximum file size to upload to BidNet Direct is 500 MB.If vendor does not desire email submission,sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley,CO 80631 by the bid due date and time. 2. 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 has been received.Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. 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 Solicitation#B2500114 Page 3 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 Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements,specifications,and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in.Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely,in detail,and signed by the Bidder. 2. 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 Division on or prior to the time indicated in Section 1,entitled,"Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager 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 Procurement Manager;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. 3. 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. 4. In submitting the bid,the bidder agrees that the signed bid submitted,all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services),the formal acceptance of the bid by Weld County,and signature of the Chair of the Board of County Commissioners,together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s)may,at their discretion,agree to extend the prices and/or terms of the resulting award to other state or local government agencies,school districts,or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a Solicitation#B2500114 Page 4 negative impact on Weld County in the current term or in any future terms. Solicitation#B2500114 Page 5 Schedule B-Scope of Work Project Overview Weld County is seeking bids for a vendor to provide general contracting services for the. Weld County North Jail—Unit 24 Renovation. Method of Procurement Invitation for Bid(IFB):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 IFB contract. Pricing Method Lump Sum Price:The lump sum price is the simplest and easiest price.Based on specifications, the contractor estimates their cost to provide the work,adds a profit margin,then proposes the sum as a price of the project.Lump Sum requires the proposals to include a fixed,not-to-exceed lump sum,which shall include all costs that may be paid to the contractor.The solicitation may include an itemized list of costs,in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities The scope of this project is for construction management and general contracting services per this invitation for bid and attachments which include the project documents and drawings to renovate unit 24 at the Weld County North Jail Complex. 1. All submittals will need to 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 for response.It is the contractor's responsibility for tracking and maintaining all RFI's.An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. 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. 5. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. 6. 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 have to clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 7. Contractor is responsible for coordination with Weld County building department and the local Solicitation#B2500114 Page 6 city and fire municipalities. 8. All work that is to be completed within a secured detention facility.All personal will be required to submit a background authorization form to the Weld County project manager and must be approved prior to entry into the facility. 9. All work within the building will be required to be completed during normal business hours, unless prior written approval is received by the Weld County project manager. 10.Normal business hours are Monday through Friday 7:00 am to 5:00pm. 11.Contractor must seek written approval from the Weld County project manager for any system shutdown including but not limited to Electrical,Mechanical,and Plumbing systems.Written approval must be submitted a minimum of 5 business days prior to the requested shutdown. 12.Contractor is responsible for all required structural,architectural,mechanical,electrical, plumbing,detention and security electronics as required per the project documents provided and this IFB to provide a fully functional system and or systems. 13.Contractor is responsible for all backing requirements.Any surface mounted piece of equipment must have at minimum 3/"CDX plywood as backing. 14.Contractor is responsible for providing their own construction office if they deem one is needed. 15.Contractor must submit daily logs or project updates to the Weld County project manager on a weekly basis at minimum. 16.Contractor is responsible for maintaining existing site conditions including all areas that are not disturbed during the construction process.All existing site conditions including but not limited to soils,grading,stormwater,and vegetation must be restored to original condition. 17.CML Security is the only authorized and approved contractor for all Security,and Detention scopes of work that are to be provided per this IFB and project documents.Contractor is responsible for all security and detention scopes of work including but not limited to all materials,equipment,installation,programming and coordination to provide a complete system(s)that integrate with the existing North Jail system(s).All associated cost must be included in the contractors Lump Sum bid. Weld County North Jail—Unit 24 Renovation Project Close Out Requirements: 1. Contractor will provide two(2)complete sets of O&M manuals. 2. Contractor will provide two(2)complete sets of as-builts along with a digital file. 3. Contractor will provide all manufacturer's warranty documentation for all equipment. 4. Contractor will provide a detailed report for all craftsmanship and labor warranties. 5. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 6. Contractor will provide formal training as outlined and required by all manufacturer's recommendations,to Weld County's designated staff. 7. Contractor will host a Project Closeout meeting with all contractors,design team,and Weld County personnel associated with this project. Weld County North Jail—Unit 24 Renovation Project Standard Terms and Conditions: 1. 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 2. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 3. Contractor is responsible for all private and public locates. 4. Project will be permitted through Weld County.Fees for Weld County Building Permit will be Solicitation#B2500114 Page 7 waived.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. 5. All electrical work will be done by a qualified State licensed electrician. 6. All plumbing work will be done by a qualified State licensed plumber. 7. All mechanical work will be done by a qualified State Licensed technician. 8. 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. 9. All lifting and hoisting equipment shall be provided by the contractor as needed. 10.Work will comply with all applicable Federal,State and local laws,ordinances and regulatory requirements. 11.No bid bond is required for this project. 12.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. 13.Retainage in the amount of 5%shall be held on all pay requests until the final acceptance of the project. 14.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. 15.Weld County is a tax-exempt entity. 16.Davis-Bacon and Buy American requirements are NOT required. • Solicitation#B2500114 Page 8 Schedule C-Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date August 28,2025 Pre-Proposal Meeting Mandatory September 10,2025,at 10:00 am 2110 0 Street,Greeley CO Technical Questions Due September 17,2025,by 10:00 am Technical Questions email bids(a�weld.gov Questions Answered via Addendum September 19,2025 Proposals Are Due September 24,2025,by 10:00 am Purchasing's Clock Solicitation Notice of Award(Anticipated) October 6,2025 Contract Execution(Anticipated) October 20,2025 Please provide the following schedule dates with an anticipated contract execution date of September Schedule Description Schedule Date Submittals Equipment Ordered Equipment Lead Time Construction Start Construction Completion Solicitation#B2500114 Page 9 Schedule D-Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D—Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete,non-responsive,and your bid being rejected.If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Description Pricing Architectural $ Mechanical $ Electrical $ Plumbing $ Detention(CML Only) $ Security Electronics(CML Only) $ Total Lump Sum Price: $ Attestation The undersigned,by his or her signature,hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions,specifications and special provisions set forth in the Invitation for Bid for Request B2500114 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. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E—Insurance 6. Acknowledgment of Schedule F—Weld County Contract 7. By submitting a responsive bid or proposal,the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. 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. Item Entry Company Name: Address: Solicitation#B2500114 Page 10 Phone Email: FEIN/Federal Tax ID#: CONTRACTOR: By: Date of Signature Name: Title: Solicitation#B2500114 Page 11 Schedule E—Insurance Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. Workers'Compensation and Employer's Liability Insurance as required by state statute, covering all of 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. Minimum Limits: Coverage A(Workers'Compensation) Statutory Coverage B(Employers Liability) $ 100,000 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work.The policy shall be endorsed to include the following additional insured language: "County,its elected officials,affiliated entities, employees,agents,and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by,or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,000 Products/Completed Operations Aggregate $ 2,000,000 Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property Damage for any owned,hired, and non-owned vehicles operating both on County property and elsewhere in the performance of this Contract.The policy shall be endorsed to include the following additional insured language: "County,its elected officials,affiliated entities,employees,agents,and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by,or on behalf of the Contractor." Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage(Each Accident) $ 1,000,000 Solicitation#B2500114 Page 12 Proof of Insurance.All insurers must be licensed or approved to do business within the State of Colorado,and unless otherwise specified,all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages,before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance(ACCORD)form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate"Weld County,its elected officials,affiliated entities,employees,agents,and volunteers as Additional Insureds"for the Commercial General Liability coverage and for the Automobile Liability coverage for work that is being performed by or on behalf of the Contractor. On insurance policies where the County is named as an additional insured,the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County,Contractor must provide a certified copy of the actual insurance policy and/or required endorsements,for examination,effecting coverage(s)required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project,and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s)shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete,certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office,whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Additional Insurance Related Requirements: The County requires that all policies of insurance be written on a primary basis,non-contributory with any other insurance coverages and/or self-insurance carried by the County. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense,the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Commercial General Liability Completed Operations coverage must be kept in effect for up to three(3)years after completion of the project. Contractors Professional Liability(Errors and Omissions)policy must be kept in effect for up to three(3)years after completion of the project. Solicitation#B2500114 Page 13 Certificates of insurance shall state that on the policies that the County is required to be named as an Additional Insured,the insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation,non-renewal,suspension,voided,or material changes to policies required under this Agreement,except when cancellation is for non-payment of premium,then ten(10)days prior notice may be given. On all other policies,it is the Contractor's responsibility to give the County 30 days'notice if policies are reduced in coverage or limits,cancelled or non-renewed.However,in those situations where the insurance carrier refuses to provide notice to County,the Contractor shall notify County of any cancellation,or reduction in coverage or limits of any insurance within seven(7)days or receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their 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. 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. Insurance Mailing Information Certificates of Insurance,endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager:Will Hopkins Email:whopkins@weld.gov Telephone:(970)400-2044 Solicitation#B2500114 Page 14 Mail: Weld County Facilities Department ATTN:Will Hopkins PO Box 758 Greeley,CO 80632 Solicitation#B2500114 Page 15 Schedule F-Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required,the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein,including,but not limited to, insurance requirements,indemnification,illegal aliens,equal opportunity,non- appropriation,and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract.Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice.The identification of willingness to enter into the standard Agreement is for general purposes at this time but is part of the evaluation process and must be included.There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for General Services: Service Agreement Between Weld County and[Contractor] THIS AGREEMENT is made and entered into this day of = „:202_,by and between the Board of Weld County Commissioners,on behalf of[Depa `tit],hereinafter referred to as"County,"and[ tractor],hereinafter referred to as"Contractor". WHEREAS,County requires an independent contractor to perform the services required by County and set forth in the attached Exhibits;and WHEREAS,Contractor is willing and has the specific ability to perform the required services at or below the cost set forth in the attached Exhibits;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. Solicitation#B2500114 Page 16 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 attached 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 conflic110441petween this Agreement and any Exhibit or other attached document,the terms oftthis Agreement shall control,and the remaining order of precedence shall be based upon order of attachment. k"� fd' -5 y-w• Exhibit A consists of County's Invitation for Bid(IFB)as set forth`ir Bid Pae ag, No: x., • Wit' ,ore re Exhibit B consists of Contractor's Response to County's Request. 5{ � 2 Service or Work. Contractor h rees toprocure the materials,equipment and/or products necessary for the Workand agreess o diligently provide all services,labor,personnel,and materials necessary to perfor °pand1"complete the Work described in the attached Exhibits. Contractor*further be r •onsible for the timely completion and acknowledges that a failure to comply with the stard'ards and requirements of Work within the time limits prescribed `ii by Countyayre ult 1n County's decision to withhold payment or to terminate this Agreement. 3. Term.The term of this Agreement begins upon the date of the mutual execution of this Agreement and endpga year later.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. 4. Termination;Breach;Cure.County may terminate this Agreement for its own convenience upon thirty(30)days written notice to Contractor.Due to the time needed for County to procure replacement services,Contractor may terminate this Agreement for its own convenience upon ninety(90)days written notice to County.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 completed or partially completed Work under this Agreement,together with all other items,materials and documents which have been paid for by County,and these items, materials and documents shall be the property of County. Upon termination of this Agreement Solicitation#B2500114 Page 17 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 Amendment.Any amendments or modifications to this agreement shall be in writing signed by both parties.No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation. Upon Contractor's successful completion of the Work,and County's acceptance of the same,County agrees to pay Contractor an amount not to exceed 4: t:-as set forth in the Exhibits.No payment in excess of that kWh in the Exhibits will be made by County unless a Change Order authorizing such addit ' ent has been specifically approved by Weld County.If,at any time cluing the tall or aft ..,`rmination or expiration of this Agreement,County reasonably determines that pa, t made by County to Contractor was improper because the service/'ol° .hich :" t was made did not perform as set forth in this Agreement,then upon written notivof su termi n and request for reimbursement from County,Contractor all forth"u etur y sh ent(s)to County. Upon termination or expiration of this Agree kkvnexp -d fun s advanced by County,if any,shall forthwith be returned to County.Cour 11 not'''..,.hold any taxes from monies paid to the Contractor hereunder and Contractor agreto be'" ely responsible for may, the accurate reporting and payment of any taxes related to pay„fits made pursuant to the terms of this Agreement.Unless expressly enumeratedin the a hed Exhibits,Contractor shall not be entitled to be paid for any other eexpenses e).Notwithstanding anything to the contrary contained in this A9r‘efilant,Co my shall „ 'o obligations under this Agreement after,nor shall any p t be made c Contractor in respect of any period after December 31 of any year,with an ropriation't'h :.fore by, unty in accordance with a budget adopted by the Boardsp ounty CommissioneMin comp fiance with Article 25,Title 30 of the Colorado Revised Statut ,the Local° vernment Budget Law(C.R.S.29-1-101 et. seq.)and the TABOR,Amendment('Colorado Cinstitution,Article X,Sec.20). 7. Independent Con�ctor. ,:,r r.actor agrees that it is an independent contractor and that Co ors officers',age •r,employees will not become employees or agents of County, norr titled to any employ ben itsv„(including unemployment insurance or workers' com„ nation be efits)fromCourt y`as a result of the execution of this Agreement.Contractor shall iblacts and those of its agents and employees for all acts performs ,,suant t®r#s Agreement. Any provisions in this Contract that may appear to give the County the right to )-ct Contractor as to details of doing work or to exercise a measure of control over the work$$n that Contractor shall follow the direction of the County as to end results of the wor ® .ly, he Contractor is obligated to pay all federal and state income tax on any moneys earn .,or paid pursuant to this contract. 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 the 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, Solicitation#B2500114 Page 18 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. Warranty.Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement.Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner,consistent with industry standards, and that all services will conform to applicable specifications. 10.Acceptance of Services Not a Waiver. Upon completion of the Work,Contractor shall submit to County originals of all test results,reports,„,etc.,generate di ri i ompletion of this work. Acceptance by County of reports and incidentalaterial(s) urnished.under this Agreement shall not in any way relieve Contractor of responsibility far the quality and accuracy of the project.In no event shall any action by County hereunder constituteor be construed to be a waiver by County of any breach of this Agreement or default which the ;xist on the part of Contractor,and County's action or inaction w en any such:breach r i ault exists shall not impair or prejudice any right or remedy availa ,ty wit respect t such breach or default.No assent expressed or implied,to any bra.rich ofi ine orore covenants, provisions or conditions of the Agreement shall ^eemed or t'en to o a waiver of any other breach. Acceptance by the County of,or paymer ,t�f r,the Wor.completed under this Agreement shall not be construed as a,r �er of any the Cou ty's rights under this Agreement or under the law generallyz> 4- � ,,in a it Insurance.Contractor must securebefore the co ence of the Work,the following insurance covering all operations-,goofs,`a=nd serviau _rovide `pursuant to this Agreement, and shall keep the required in rance coverage in force at all times during the term of the Agreement,or any extension t ereof,and drets any warranty period.For all coverages, Contractor's insurer shall waive subrogation rightsagainst County.Contractor shall provide coverage with limits ffia it no lest an those stated below. An excess liability policy or umbr, ability poky mayfiesed to eet the minimum liability requirements provided that the =rage is written on p`oilo ng ford"basis. Acc `Rbility of insurers Insurance is to be placed with insurers duly licensed or authorized to do bu ` i n to of` olorado and with an"A.M.Best"rating of not less than A-VII. The County in lib'way warrants that'the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. ps Required Types of Insurance. Workers'Compensation and Employer's Liability Insurance as required by state statute, covering all of 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. Minimum Limits: Coverage A(Workers'Compensation) Statutory Coverage B(Employers Liability) $ 100,000 Solicitation#B2500114 Page 19 $ 100,000 $ 500,000 Commercial General Liability Insurance including public liability and property damage, covering all operations required by the Work.The policy shall be endorsed to include the following additional insured language: "County,its elected officials,affiliated entities, employees,agents,and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by,or on behalf of the Contractor." Such policy shall include Minimum Limits as follows: Each Occurrence $ 1,000,000 General Aggregate $ 2,000,009' Products/Completed Operations Aggregate $4 2,000,000 ! Personal/Advertising Injury $ 1,000,000 Automobile Liability Insurance for Bodily Injury and Property` mage for ned,hired, and non-owned vehicles operating both on County400y.and el here int e performance of this Contract.The policy shall be endorsed to cr ude the oIlowinaditional insured language: "County,its elected officials,affiliat"Y entities,empl ees,agents,and volunteers shall be named as additional insureds with respect toliability arising out of the activities performed by,or on behalf of the Contra , Contractor's Automobile Insurance Poly shalrinclude Minimum as follows: Bodily Injury/Property Damage(Each dent) $;¢,. 1,000 000 12.Proof of Insurancei urers° 'u:.t be licensed or approved to do business within the Atli'State of Colorado, other specified,all policies must be written on a per occurs' e basis.T Con r sharptp,vide the County with a Certificate of Insurance evideng all required f'dco_ ;before commencing work or entering the County premises. The.Contractor shall fur ' -the( y with certificates of insurance(ACCORD)form or equivalent approved by ,,,CounOias required by this Contract. The certificates for each insura l# be y a person authorized by that insurer to bind coverage on its behalr-Ilii Contr. Ba r shall name on the certificate"Weld County,its elected officials, affiliated entities,empl a -,es,agents,and volunteers as Additional Insureds"for the Commercial General lity coverage and for the Automobile Liability coverage for work that is being erformec b� on behalf of the Contractor. On insurance policies where the County is named as an additional insured,the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County,Contractor must provide a certified copy of the actual insurance policy and/or required endorsements,for examination,effecting coverage(s)required by the Contract. Such documents are deemed confidential and deemed not public records for purposes of the Colorado Open Records Act. All certificates and endorsements are to be received and approved by the County before work commences. Solicitation#B2500114 Page 20 Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project,and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. All certificates and any required endorsement(s)shall be sent directly to the County Department Representative's Name and Address. The project/contract number and project description shall be noted on the certificate of insurance. The County reserves the right to require complete,certified copies of all insurance policies for examination required by this Agreement at any time. Any modification or variation from the insurance requirements in this shall be made by the County Attorney's Office,whose decision shall,a final. S nh actio9*illl not require a formal contract amendment but may be made by administrative action. 13.Additional Insurance Related Requirements: The CountANuireijhal all policies of insurance be written on a primary basis,non-contributory with a y other insur coverages and/or self-insurance carried by the County. 1;$ 4 , The Contractor shall advise the County in the evert:any genera aggregate or other aggregate limits are reduced below the required per occurrence limit. At ftl it own expense,the Contractor will reinstate the aggregate limits to comply with the railimum requirements and shall furnish the County with a new certificate of.insura cpv,r'dP ai a5a ho g such coverage is in force. �.,� wr ' Commercial General Liability Completed Operations coverage ust be kept in effect for up to three(3)years after completion*the project. Contractors Prsional Liability(Errors and Omissions)policy must be kept in effect fog`up to three(3)years ffter completion of the project. Certificates of insurance's l state that on the policies that the County is required to be named as art ditional Insured,the-`insurance rrier shall provide a minimum of 30 days advance writ iotice to the'Count for cancellation,non-renewal,suspension,voided,or material ch es to policies required und6 this Agreement,except when cancellation is for non- pay t of prem um,theen(10,)days prior notice may be given. • On all otherpolicies,it*the Contractor's responsibility to give the County 30 days'notice if policies are reduced in' verage or limits,cancelled or non-renewed.However,in those situations where the insurance carrier refuses to provide notice to County,the Contractor shall notify County of any caacellation,or reduction in coverage or limits of any insurance within seven(7)days or`receipt of insurer's notification to that effect. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Solicitation#B2500114 Page 21 14.Subcontractor Insurance. Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above-described insurance prior to their 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. 15.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 andlo r dent,maintain higher limits and/or broader coverages. The Contractor is not relie i ty,liability or other obligations assumed or pursuant to the Contract by won of its f ure to Obtain or maintain insurance in sufficient amounts,duration,or types. The-, ontractorhallintain,at its own expense,any additional kinds or amounts of insurance thiat'it may dd m'ecessary to cover its obligations and liabilities under this Agreement. 16.Mutual Cooperation. The County and Contractor allcooperate"y th each'other in the collection of any insurance proceeds which may be; ayable _)tthe e t of any loss,including the execution and delivery of any proof of lossWifier actions'equired o effect recovery. 17.Indemnity.The Contractor shall defend,in ,mnify, old harml's and,not excluding the County's right to participate,defend th 'CO A its o #s,agents,and employees, tY 9 P P , t�, ���; 9 from and against all liabilities,claims,actions,damages, e,and expenses including without limitation reasonable alto x .gees and acts(herer er referred to collectively as "claims")for bodily injury or p0ri9tial i j r includingdth,o or damage to tangible or intangible property caused,of'elleged to b caused,in`whole or i'part,by the negligent or Ir�r. willful acts or omissions of Contractor or any fits owners,officers,directors,agents, employees or subcontactors. This indemnity includes any claim or amount arising out of or recovered under thew Porker'Compensation law or arising out of the failure of such contractor to con Ito any federal,state,,or local ,statute,ordinance,rule,regulation,or court de *If is the specific i[a ►tic 11 of the parties that County shall,in all instances,except for cla arising solely from "e neg`ie0 or willful acts or omissions of the County,be ind ified by C�npritractor, om and against any and all claims. It is agreed that Contractor will be re mary�las{investigation,defense,and judgment costs where this nor indemni it is appl able In consideration for the award of this contract,the Contractor agrees to waive all right of subrogation against the County,its officers,officials,agents,and employees for losses arising from the work performed by the Contractor for the County. 18.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. 19.Examination of Records.To the extent required by law,the Contractor agrees that a 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.Contractor agrees to maintain these documents for three years from the date of the last payment received. Solicitation#B2500114 Page 22 20.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. 21.Notices.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 �) five(5)days following delivery to the United States Postal Service, .o age prepaid addressed to a party at the address set forth int this contract;or A c) electronic transmission via email at the addresssetforth below,•where a r ceipt or acknowledgment is required and received by the sending party ?r Either party may change its notice addresses)by written notice s the oti r Nofice stay be sent to: °X TO CONTRACTOR: �� �� Name: Position: Address: t t. E-mail: Phone: TO COUNTY: Name: Position: Address: E-mail: Fhone: 22.Com l c � C e r shall strictly comply with all applicable federal and State laws,rules end regulations in effect or hereafter established,including without limitation,laws applicable to discriminn and unfair employment practices. 23.Non-Exclusive Aggr ent. This Agreement is nonexclusive,and County may engage or use other Contrac rs`or persons to perform services of the same or similar nature. 24.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. 25.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 Solicitation#B2500114 Page 23 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. 26.Employee Financial Interest/Conflict of Interest—C.R.S.§§24-18-201 et seq.and§24-50- 507.The signatories to this Agreement state that to their knowledge,no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 27.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 anti record keeping requirements)shall survive any such expiration or termination. ,. 28.Severability.If any term or condition of this Agreement_shall be h4fd to be invalid,illegal,or unenforceable by a court of competent jurisdiction,this-Agreemen a all be:,onstrued and enforced without such provision,to the extent that this Agreement raiSITCapablef execution within the original intent of the parties. 29.Non-Waiver.No term or condition of this Agreement shall be con{.` ed or int`rpreted as a waiver,express or implied,of the monetary limitations or an of the ' per immunities,rights, benefits,protections,or other provisions,of the Colorado Govmentalmmunity Act§§24- 10-101 et seq.,as applicable now or hereafter ant ded. 30.No Third-Party Beneficiary.It is expressly'nderstood,an ,.. 9'd that the enforcement of the terms and conditions of this Agreement,ant*rights` r'c ion relating to such enforcement,shall be strictly reserve` the undersigned p ,es and nothing in this Agreement shall give or allow any claim or right of adipn whatsver by any other person not included in this Agreement is the expre'as ntention`bf the undersigned parties that any entity other than the undersigned=.parties receiving services or benefits under this Agreement shall be an incidental ficiary only f 31.Board# ountymmisrs of lltgld County Approval.This Agreement shall not be ar4 e C validy�r if it has been app d lby.the Board of County Commissioners of Weld County, Co do,or its designee. 32.Choi ,44pActitiraTaOlOrado law,and rules and regulations established pursuant thereto,shall be apPlit the interpretation,execution,and enforcement of this Agreement Any provision included*,incorporated herein by reference which conflicts with said laws,rules and/or regulations shal ;e null and void.In the event of a legal dispute between the parties, Contractor agrees,t P`e Weld County District Court shall have exclusive jurisdiction to resolve said dispt ." 33.No Employment of Unauthorized Aliens-Contractor certifies,warrants,and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement(see 8 U.S.C.A.§1324a and(h)(3))nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request,contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall comply with all other requirements of federal or state law. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. Solicitation#B2500114 Page 24 If Contractor fails to comply with any requirement of this provision,County may terminate this Agreement for breach,and if so terminated,Contractor shall be liable for actual and consequential damages. 34.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. 35.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. Acknowledgment. County and Contractor acknowledge that each has read this:Agreement, understands it and agrees to be bound by its terms.Both parties furtheragre ;that this Agreement,with the attached Exhibits,is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements,oral,or writtenand any other communications between the parties relating to the subject matter of this Ag1 ement. � 3d CONTRACTOR: By: ,,..,,:,„,„1:,,!, Name: 4 Da of Signature: Title: ;, w3 a# w WELD COUNTY: i ATTEST: l'::_, , BOARDy.OF COUNTY COMMISSIONERS OF '':,,ZMELD COUNTY,COLORADO Weld County Clerk tic,,te`Board BY: w Deputylerk to the Board ',3* Perry L.Buck,Chair .g Solicitation#B2500114 Page 25 111 KR Construction Group EXHIBIT 15 Notice: B2500114-Weld County North Jail Unit 24 Renovation 1029 S Sierra Madre St, STE A Colorado Springs, CO 80903 19/23/2025 KR Construction Group Inc. is pleased to submit our proposal for the Weld County North Jail — Unit 24 Renovation Project. We value the opportunity to partner with Weld County in supporting its mission to maintain and enhance critical public facilities that serve the community. Our team brings proven experience delivering municipal, public safety, and secured-facility projects that demand precise coordination, strict adherence to security protocols, and a strong focus on safety, quality, and schedule. We confirm that our proposal is submitted without exceptions or substitutions and that we accept all requirements outlined in the IFB, including performance and payment bonding, insurance, project closeout deliverables, and compliance with Weld County's standards for safety, accessibility, and facility operations. To ensure seamless execution, KR Construction will assign a full-time Project Manager and Superintendent—both fully authorized to act on behalf of KR Construction Group—to oversee the project from preconstruction through closeout. They will coordinate closely with Weld County's project manager, the design team, and trade partners to implement effective communication, manage RFIs, track submittals, and identify opportunities for value engineering. Their commitment is to deliver a fully functional renovation of Unit 24 that meets all technical requirements while minimizing disruptions to ongoing jail operations. KR Construction Group is proud of its record of successfully completing public-sector projects across Colorado. We are prepared to mobilize immediately upon award and are committed to completing the Weld County North Jail — Unit 24 Renovation safely, on time, and within budget. We sincerely appreciate your consideration of our proposal and look forward to the opportunity to partner with Weld County on this important investment in public safety infrastructure. KR Construction Group Inc. Khawkins@krconstructiongroupinc.com (720)792-5955 Kim Hawkins, EO 3 KR �yL' ��Y ► y�_f �t � U Yal ' GRIXIP B T us 4, A , . , n . i .. , . ... L . _ ...., I pr, ., . ,,,,t , , , _., •, y ih , r Ni, ,.% --..... liik- ..... .• -..4, I , A • - , - 4,- * -• • KR Construction Group KR Construction Group Inc.,with over 20 years of CAGE Code: 9VFQ1 SAM UEI: experience,is a nationwide leader in design-build ZMTLQHU9SAE5 commercial construction. Headquarters in Colorado,we specialize in new builds,ground-up projects,and Core Competencies: renovations,delivering quality and innovation across educational,government, hospitality, retail,and General Contracting • Construction restaurant sectors.Our expertise includes navigating Management • Project Planning • Design / complex regulatory requirements,particularly in Build • Value Engineering educational and government contracts,ensuring projects are completed on time and within budget. We offer Differentiators: comprehensive services covering project planning, Self-Performance • Diverse & Experienced construction management,and value engineering, Staff • Client-Centric Approach • Tech ensuring efficiency and flawless execution from start to finish.Our approach is built on communication, Forward Solutions collaboration,and competency.We maintain open lines NAICS Codes: of communication to understand and bring our clients' Primary - 236220 1236116 1236210 visions to life.Collaboration is key as we engage closely 238350 I 445110 I 721110 with clients,partners,and stakeholders to align our efforts with shared goals.Our team's expertise Certifications: guarantees efficient project management and consistently high-quality outcomes. Licensed General Contractor • Licensed Master Electrician • OSHA 30 Certified 0fr- .e. MISSION VISION VALUES At KR Construction Group, our mission is to deliver exceptional quality and service in every project we undertake, transforming visions into functional realities. We are dedicated to enhancing the functionality and efficiency of spaces through thoughtful demolition, remodeling, and construction practices. Our work often involves projects requiring seamless coordination to ensure uninterrupted access to essential operations. Guided by meticulous planning, innovation, and sustainability, we prioritize safety, meet timelines, and stay within budget. Our approach emphasizes teamwork, collaboration, and clear communication to deliver results that exceed expectations while minimizing disruptions. We are committed to fostering partnerships with local suppliers and subcontractors to support community engagement and regional values. By leveraging these relationships,we deliver modern, efficient, and functional environments that align with the goals of our clients and their communities. Our vision is to transform spaces into cornerstones of operational excellence, seamlessly integrating modern functionality with thoughtful design. By fostering collaboration with stakeholders, utilizing advanced construction methods, and prioritizing sustainability, we aim to set new benchmarks for facility renovations.We strive to create environments that meet operational needs while enhancing efficiency and safety for all users. Each project serves as a durable, energy- efficient, and community-focused improvement, reflecting a commitment to superior infrastructure and sustainable practices. The"KR Way" Communicate: We believe in transparent and proactive communication, ensuring that all stakeholders are informed, engaged,and aligned throughout the project. By fostering open dialogue,we build trust and eliminate surprises, paving the way for seamless project execution. _ Collaborate: We bring together diverse perspectives, including community members, design partners, and project teams, to achieve shared goals. Our collaborative approach drives creativity and innovation, delivering exceptional results that reflect the collective vision. Cultivate: Our commitment to quality, safety, and sustainability is unwavering. We cultivate excellence by approaching every challenge with passion and focus, continuously striving to exceed expectations and deliver long-lasting value. Conquer:Challenges inspire us.We face obstacles with determination and transform them into opportunities for growth and success. Through innovation and resilience,we conquer complexity and deliver impactful solutions. i, K,' A . Organizational Chart .. w CEO COO Kim Hawkins Raymond Ysabel Administration Team Project Team 'reconstruction Team ` . . bJ VP of Business Development Project Manager Project Manager Project Manager Preconstruction Jacky-Arce Castro Sam Backiewicz Jason Schreuders Coordinator Y- Phillip Grintz Demarques Barros -- • 141— . 011 Afria.411k** ,,,.. mad i .44*. ,A;),I * { Office Manager Project Coordinator Project Engineer Project Coordinator Estimator Alice Olson Rebecca Mcphearson Marisabel Jane Brittani Presley Berkeley Contreras 0, (ilk 4.0* •+ 4 .N..44\ 3 I` s. Office Manager Superintendent Superintendent Superintendent Estimator Ellen Cantfio Josh Brown Bob Reitsma Michael Hodges Joseph Cabrera %,"4 ' - Ite .1 4i, Ili) I 111.4 ‘4rili‘64. .. ok ak Accounting Manager Superintendent Superintendent Superintendent Superintendent Estimator Nickie Culver Albert Wolf Woody Jimboy Randy Ysabel Ronny Ysabel Valerie Bates 4 1 , 4 } a t Cill) Self Performance Crew Digital Marketing and Communcations Manger Northeast Office Southeast Office Tiffany Young 33 Aberdeen Rd 304 Palmetto St, Ste Moscow, PA 18444 101 Orlando, FL 32824 Corporate HQ 1029 S. Sierra Madre St, Ste A Colorado Springs, CO. 80903 , ' , „,....„ ,,, " I HAWKINS ,,_ ,,,,,,, ,,,:„ .- , �..» Kim Hawkins brings over 30 years of expertise in the construction ,` industry,leading KR Construction Group with a commitment to . w excellence, innovation,and integrity. His passion for building began at P age 12 while working in his uncle's masonry business,laying the foundation for a career rooted in quality craftsmanship and strategic k.,l growth. Kim has gained extensive experience across diverse roles, earning multiple certifications,general contractor licenses in various states and counties,and Al supervisor licenses in multiple jurisdictions. KIM H A W K I N S He is highly skilled in project management tools like Microsoft Project c E o and Procore, ensuring efficiency in planning and execution. KR CONSTRUCTION GROUP ' 720-792-5955 ►a khawkins@krconstructiongroupinc.com 1029 S.Sierra Madre,Co orado Springs, 3 0 + YEARS OF EXPERIENCE a CO 80903 www.krconstructiongroupinc.com As a seasoned general contractor, Kim's leadershipblends technical expertise, strategic foresight, and acommitment to teamwork. Under _ _�_•_.- ,A,-. . his guidance, KRConstruction Group has built a _ _; 'F1'" ' strong reputation forQdelivering high-quality - ° -A. �- projects while integratingQcutting-edge " . ' technologies, expanding its marketpresence, and fostering lasting industry relationships.QKim remains dedicated to continuous improvement client satisfaction, and positioning KR t ConstructionGroup as an industry leader in ieI®°RI i� '. innovation andexcellence. ; r . it tl „l i t ,,.0 illPERCENTAGE OF TIME COMMITTED TO PROJECT: 10% fr-t__--0---.-0/ all I YSABEL Raymond Ysabel brings decades of experience in the construction industry,with expertise in electrical engineering and project management. He began his career as an electrician in the Dominican Republic, quickly advancing to manage power plant and hotel renovation projects. Over the years,he has successfully led more than 100 projects across the U.S.,including industrial construction and hotel-to-apartment conversions, showcasing his R A Y M O N D YSABEL commitment to excellence and innovation. CEO KR CONSTRUCTION GROUP ' 720-441-6965 ►I rysabel@krconstructiongroupinc.com 1029 S. Sierra Madre, Colorado Springs, 30 YEARS OF EXPERIENCE g2 CO 80903 www.krconstructiongroupinc.com Since 2022, Raymond has served as a part owner andCOO fi„l of KR Construction Group, overseeing on-siteoperations, `.- managing subcontractors, and ensuringseamless project execution. His leadership fosters aculture of proactive problem-solving, efficiency, andexceptional client us7 r.^ "<ir, satisfaction, reinforcing KRConstruction Group's r reputation for quality and reliability. Beyond construction, , � Raymond is deeply committed tocommunity service. As president of Club Amigos y AmigasUna Luz Para La Comunidad, he leads initiativessupporting vulnerable .411110k communities. His dedication toinnovation, excellence, and social impact drives hiscontributions to both the industry ottf and society, leaving alasting legacy. p Viei _ __.---701- I r t!'1- 1 k ! .. 0 PERCENTAGE OF TIME COMMITTED TO PROJECT: 15% •w .,...,o• er ' ` TYPe @re H R E U D E R S sc Jason Schreuders is a Project Manager at KR Construction Group -lo • V with over a decade of experience in construction management, ,e `a2 t-:, Division 8 installations,and general contracting across commercial and residential markets. He is highly regarded for his ability to lead teams, manage high-volume workloads,and maintain control over quality,budgets, and timelines in fast-paced environments.Jason's strengths in estimating,pre-installation planning, and execution allow him to successfully guide projects from kickoff through J A S O N S C H R E U D E R S closeout while upholding safety,performance,and client satisfaction PROJECT MANAGER standards. KR CONSTRUCTION GROUP 4136 720-912-5686 �% jschreuders@krconstructiongroupinc.com 0 1029 S.Sierra Madre,Colorado Springs,CO 25 YEARS OF EXPERIENCE 80903 www.krconstructiongroupinc.com Jason brings a well-rounded skill set that includes subcontractor Education coordination,profit and loss oversight,CRMQ system Bachelor of Art-Graphic Design management, and client communication,enabling him to manage Project Management Prof.Cert. both the technical and relational aspects of complex construction Certifications projects with balance and precision. He excels at streamlining Procore° Salesforce° Microsoft operations and driving accountability across internal teams and Office 3 6 5° B l u e b e a m R e v u° vendors by fostering clear communication,setting measurable QuickBooks° SAGE° Xactimate° goals,and implementing systems that enhance efficiency while reducing delays and unnecessary costs. His collaborative mindset, 1111111 technical knowledge,and attention to detail make him a reliable and proactive leader who consistently anticipates challenges, mitigates risks,and guides teams toward innovative,practical solutions. At KR Construction Group,Jason's professionalism and results-driven approach not only support the company's continued Project Experience Contract Value growth but also reinforce its long-standing commitment to Highline Hotel Employee Housing Renovation $2,700,000 construction excellence, client trust,and the delivery of high- Burger King Polaris Pointe $2,500,000 quality projects that stand the test of time. El Centro Recreational Center Kitchen Renovation $640,000 Fruits Welcome Center Improvements $2.500,000 PERCENTAGE OF TIME COMMITTED TO PROJECT:35% Munroe Elementary School Renovation $250,000 OTS Communication Center Expansion $550,000 • 1� Type text re JANF 1 Marisabel Jane will serve as the Project Engineer for the proposed project, dedicating 25%of her time to its successful execution.With a decade of experience as a system engineer specializing in project management across electrical,mechanical, plumbing,and carpentry projects. Marisabel brings exceptional leadership and efficiency. Her background in design-build construction ensures seamless communication and operational efficiency across all construction phases. She will support project management,coordination,and technical oversight,leveraging her expertise in resource management,financial tracking,and technical proficiency to maintain quality control, mitigate risks,and optimize schedules. Marisabel will also assist with quality assurance and safety M A R I S A B E L JANE management, utilizing her OSHA 30 certification to enforce safety protocols and PROJECT ENGINEER ensure regulatory compliance. KR CONSTRUCTION GROUP ' 321-219-9853 mjane@krconstructiongroupinc.com 0 1o2g S.Sierra Madre,Colorado Springs,CO 1 2 YEARS OF EXPERIENCE 8ogo3 www.krconstructiongroupinc.com Marisabel brings extensive experience in construction management,quality assurance,and EH\&S compliance, enabling her to successfully oversee complex projects while Certifications maintaining the highest standards of safety,performance,and P r o c o r e° Blue Print Fluency° client satisfaction. She excels in logistics procurement,strategic Microsoft Office 3 6 5° O s h a 30 planning,and risk mitigation,ensuring that deliverables align Certified with client expectations while staying within budget and schedule constraints. Her strengths in regulatory compliance, issue resolution, and process optimization are supported by advanced project management tools that drive accountability and efficiency across all phases of construction. In addition to her technical expertise,Marisabel's bilingual fluency in Spanish till 1 and English enhances team collaboration and client communication,fostering strong relationships with diverse stakeholders. She is highly regarded for her ability to anticipate challenges,implement proactive solutions,and maintain rigorous quality control while optimizing resources and financial performance.At KR Construction Group,Marisabel's Project Experience Contract Value professionalism and results-driven approach reinforce the company's commitment to construction excellence,continuous Highline Hotel Employee Housing Renovation $2,700,000 improvement,and the successful delivery of projects that create Burger King Polaris Pointe $2,500,000 lasting value for clients and communities alike. El Centro Recreational Center Kitchen Renovation $640,000 Fruits Welcome Center Improvements $2,500,000 PERCENTAGE OF TIME COMMITTED TO PROJECT:25% Munroe Elementary School Renovation $250,000 0TS Communication Center Expansion $550,000 i Typ: - ' re REITsmA ON" 44, " ' Bob Reitsma serves as a Superintendent at KR Construction Group, where he oversees daily field operations and ensures projects are executed safely, efficiently, and to the highest quality standards. In this role, he manages all • aspects of construction activities, including coordination of trades, adherence to schedules, enforcement of safety protocols, and compliance • with regulatory requirements. Bob is also responsible for quality assurance and EH&S oversight, applying his expertise in risk mitigation and . • operational management to maintain consistent performance across every phase of construction. His leadership, attention to detail, and commitment to excellence make him a key contributor to KR Construction's reputation BOB REITSMA for delivering successful, high-quality projects. SUPERINTENDENT KR CONSTRUCTION GROUP 'i` 719-922-0824 u breitsma@krconstructiongroupinc.com a ioz9 S. Sierra Madre, Colorado Springs, CO 50 YEARS OF EXPERIENCE 80903 www.krconstructiongrou pi nc.com Bob brings extensive experience in construction management, quality assurance, and EH&S compliance, allowing him to effectively oversee on-site operations while ensuring that Certifications projects meet the highest standards of safety, performance, P r o c o r e® 4 0- Hour H A Z W O P E R and client satisfaction. He excels in field supervision, logistics Certified ® E M 3 8 5- 1- 1 Certified coordination, and risk mitigation, consistently aligning ® O s h a Certified ®19 2- Hour OSHA Safety Professional deliverables with client requirements while keeping projects Certified ® PM P Certified on schedule and within budget. His strengths in regulatory compliance, safety enforcement, and quality assurance are reinforced by his hands-on approach to inspections, audits, and continuous improvement initiatives that drive accountability across all phases of construction. In addition to his technical expertise, Bob's ability to foster collaboration among subcontractors, vendors, and project teams ensures smooth communication and efficient problem-solving in high-pressure environments. He is widely respected for anticipating challenges, implementing practical solutions, and maintaining strict adherence to safety protocols while upholding exceptional workmanship. At KR Construction Project Experience Contract Value Group, Bob's leadership and results-driven mindset Highline Hotel Employee Housing Renovation $2,700,000 strengthen the company's reputation for operational excellence, construction quality, and the reliable delivery of Burger King Polaris Pointe $2,500,00o projects that create lasting value for clients and communities. Et Centro Recreational Center Kitchen Renovation $640,000 Fruits Welcome Center Improvements $2.500,000 PERCENTAGE OF TIME COMMITTED TO PROJECT: 100% Munroe Elementary School Renovation $250,000 OTS Communication Center Expansion $550,000 Subcontractor Selection, Management, and Workforce Utilization Subcontractor Selection and Management Process At KR Construction Group Inc., we maintain a structured and transparent process for identifying, qualifying, and managing subcontractors to ensure success on complex, multi-phased projects. As a Class A licensed general contractor(License ID#25193 in Colorado)with authority to manage a full spectrum of commercial building types, we leverage both our self-performance capabilities and a trusted network of specialized subcontractors to deliver high-quality results. Selection of Qualified Subcontractors • Prequalification & Licensing Verification—verifying proper trade licenses, certifications, and performance history. • Evaluation Criteria—safety record, OSHA compliance, financial stability, bonding capacity, and ability to meet complex scheduling demands. • Local and Small Business Outreach—ensuring disadvantaged, minority-owned, women-owned, and small businesses receive fair opportunities. Management of Subcontractors on Complex Projects • Integrated Project Teams—combining self-performed trades with subcontractors to maximize quality control. • Detailed Scheduling —integrating subcontractor scopes into the master schedule to meet phased milestones. • Performance Oversight—daily monitoring by project managers and superintendents for compliance and quality assurance. • Communication Protocols—weekly subcontractor coordination meetings to review progress and address challenges. Utilization of Disadvantaged and Small Businesses • Setting participation goals in line with owner requirements. • Identifying DBE/MBE/WBE subcontractors during pre-bid. • Mentoring and providing technical assistance to strengthen small business capacity. • Prioritizing local suppliers and subcontractors to enhance community impact. Maximizing the Colorado Construction Workforce • Hiring Locally—recruiting Colorado-based tradespeople and subcontractors whenever feasible. • Workforce Development—partnering with apprenticeships, trade schools, and workforce programs. • Self-Performance—employing electricians, plumbers, millwork craftsmen, HVAC technicians, finishers, and fire protection specialists from Colorado. • Sustainability& Retention—offering fair wages, safe environments, and growth opportunities to retain talent. Conclusion Through a deliberate selection process, close subcontractor management, and proactive engagement with disadvantaged and small businesses, KR Construction Group ensures high-quality project delivery while maximizing local workforce participation. By combining self-performance capacity with trusted subcontractor partnerships, we are positioned to execute complex, multi-phased projects successfully, on time, and within budget. _ KR Construction Group Inc. Commitment to Sustainability Sustainability is embedded in our work and i �1 ■11 -, - community impact. We deliver resilient, efficient projects ,. that meet rigorous standards and comply with Buy Clean rl - ,;a `w" '_ �. 1 Colorado (BCCO). 1 IAlli Our Sustainable Mission • Durable& High-Performance Cnnstrurtinn: Ilse resilient M; materials, advanced engineering, and methods that 1ft. extend buildinglifespans while maintenance 11 1 p reducing and waste. �, , . ,. Health &Wellness in Built Environments: Prioritize air '"'- '' ��, ''`r `t 'i+=:`� «r'.+�„ woo quality, natural light,thermal comfort, and biophilic �.-4. ;' r„ "- ,� 1- -, design to support occupant well-being. a . ,� �' '•y t' ; `� s?, '`Y ' • Environmental Responsibility& Regenerative s ,E�_, c �. , et. y ♦i.�r I.,,,... Development:Aim for net-positive outcomes by - ,w> �," restoring ecosystems, cutting emissions, and improving ,.w� ; '`_;} r ',j,/., '_;d energy efficiency through innovative materials and _4 `_ :- � ,"' -I• construction. BCCO Compliance& Building Practices r • Carbon-Conscious Materials: Source low-emission f_ i . > '� �" ` _`. ` concrete, steel, and insulation aligned with BCCO _ %'. �, - , , . •.., guidelines. _ - --;� '``,ii), 1'- • Lifecycle Carbon Reduction: Integrate energy-efficient i- _ • 4,, design, waste reduction, and material reuse to shrink � : proectoint1\kJ: • Sustainable Procurement&Supply Chain Transparency: 4 .„, Partner with suppliers who share our ethical, --~l-1' ---W �� ,� `,41M environmentally responsible standards. • 4.4 4 1. .i x(• , ' ' By applying these practices across project phases,we _ r..,,.. 4..._ ., 1 l' y , L ''t __ -• ,A', consistently meet and exceed environmental benchmarks '` \ ' .� —advancing a cleaner, more resilient future. Renovation of the Fruita Welcome Center will include modernizing the restroom areas to ensure Colorado Department of Transportation ADA compliance, including the addition of a new family restroom for improved accessibility and Fruita Welcome Center visitor convenience. TThe visitor areas will be significantly upgraded with state-of-the-art technology, including large interactive displays, integrated audio-visual T! vstems, and strategically placed speakers to provide 1 j4,� 1 1 1 1 1 an immersive experience for guests. Touch-screen I I I I I I kiosks will replace paper brochures and handouts, r.).- - _ _ _ _ — _ _ _ _ ,. _ _ _ —_ _ _ _ w _ _ _ _ creating a more sustainable approach that reduces ram, printed materials and waste while also offering real- 1 i _l, , 1 _ i _ time updates and multilingual options. The AV -� ' - � ' ' - - system will also support dynamic video content, ,- f�>e re ional tourism features, and educational r. :""' o I I I i programming, ensuring that visitors receive . ap.► I Q 4 - i ,w •Q 1 1 1 i engaging, up-to-date information about Colorado's •Q _ 1 _ : attractions and history. 1 1.`�1 1 ` - 1 1 • \' I •�-- - - -r- - — - - - - - �`= --r- - _Tr - - - - - - -- - - - -I - - • - - - - Exterior improvements will include multiple digital �• • ;r -- I I _ _ _ I displays, upgraded signage, new artwork ' � i i` " ' , ' ITS,-'�'�- ' ,.,,.... ' installations, and the addition of a children's play I .....•..... I I 1 ! $ r t"nil I �•� area to create a more welcoming and family- , i » 1 i 1 I �� ��� �, 11 "• ; ' - 10. 0 OP _ - - - “' - _ ' _ '_ =.._ .• ' ..' _ _ _ friendlyenvironment. Together, these ' N-••- ' "'�'"' ' �� i ; enhancements will transform the Welcome Center I I I into a modern, interactive hub that better serves the `\� �� ! ! , $ ~= needs of travelers while promotingenvironmental ..0, ! ( F 4I Y ' L. , , J' . , ' .= ... .;. . ...,.•,.r1 responsibility and long-term efficiency. - - K..:> - - - - -}- - - - - -4 - CDOT I Karim Wahab, RA 1720.648.0141 . I �� fi:3 7,.• 1 karim.wahab@state.co.us = ~— — — — — - Timeframe. Active Project ti I 1 1 1 Ir .� ' * w* 1 - I I ` ''r. ,f_- , I , ._ t Size : 3,000 SF Y, �1 1 1 1 E>. 414 1 �' "°"-•N . . , :I � I I Contractor: KR Construction GroupInc. j 1 1 1 1 _ _ _ _ 1 � 1 1 Initial Design Contract: $185,530. 00 f_ _ -T 1 � I I Final Design Contract: TBD Initial Budget: $ 2.5 Million DESIGN/BUILD PROJECT Office of the Sheriff (OTS) Communications Center Expansion Renovation of the OTS Office of the Sheriff will i ! 4 ', I'd remodel the fourth-floor emergency services I dis atch center and convert the existinj , P g I �� basement offices into a modern dispatch training ' , area. The scope of work includes demolition of • I 1 I existing interior walls,relocation of door and (j ' \ •• window units,construction of new walls,and full ,, __:i i 1,=, . • ..1 i reconfiguration of power,lighting,data,and ail Iiiii, -_ HVAC systems to support an updated and more ;� S,,...4, - efficient layout. k o ®• ? — err The upgrades will provide expanded personnel ^ l fOYALO workspaces and enhanced training areas, directly EL PASO COUNTY improving the efficiency and comfort of 911 of SHERIFF \ \ dispatchers. A major focus of the project is the OFFICEtheintegration of advanced audio-visual(AV) and communications systems,includinginteractive Sheriff Joseph J. Roybal 27 East Vermijg y display technology,upgraded soundproofing, and state-of-the-art consoles designed for continuous operations.These improvements will strengthen real-time communication capabilities, zri-v:•..,'iv,-. tz:-.k ' " . ' • streamline dispatch workflows,and improve the quality of both live response coordination and _ — staff training. The AV system enhancements will also ensure interoperability with regional _ - �_-- _ _ emergency services, creating a more resilient and - _-- - future-ready dispatch environment. - _ - __ - ~:: Client Contact Davod Manzanilla - _ - -•- - Phone: 719-602-9178 Email:DavidManzanilla@elpasoco.coin =` Timeframe: Active Project Contractor: KR Construction Group Inc. Contract Value: $550,000 The El Centro Del Quinto Sol Community Kitchen Renovation in Pueblo, CO, CITY OF PUEBLO transformed an aging and historically significant facility into a modern, safe, and El Centro Del Quinto Sol Community Kitchen Renovation functional space that fosters community engagement. KR Construction Group Inc. led the renovation, which focused on three key ;; ::: ::', .4 ` � `-, .. components: reconfiguring the basement into 4.! a flexible area for cooking classes and public ,' `, events, upgrading finishes, and installing ..•.. ,�._ :� CITY r }4.v 1 . �.,, : S ; essential utilities to support culinary - • • -4. ,�4, yri -- — ti� yr 4 A,, Y instruction and gatherings.These r gi improvements created a welcoming e I' I. ®Jib, �" environment that supports diverse public uses. ' II' I �'®� ��;' s y\w.�o� elk - :riti"� ., d,i `D - -'r"" _ �, yl ��` 't- Mechanical upgrades included the installation ""�c I ��� � - of new rooftop HVAC units, split systems, and electric baseboard heaters to improve energy . efficiency and indoor comfort.The systems were carefully selected to ensure reliable climate control throughout the building. Asbestos abatement was also completed in all . - • - -- • affected areas, ensuring compliance with safety regulations and prioritizing public '` , p 0,0 `. r ' `p � health. t ,3Xf\R 1 KRCG maintained close collaboration with the ,.� ' '� -AF: City of Pueblo Parks and Recreation 2'• � " Department, holding regular meetings to align . ,4, :-•'4, y ,+!` with project goals and community needs.The P, -- completed renovation reflects our "y a commitment to quality,safety, and ;ft., + ,'> _. , , 1 . partnership in delivering lasting improvements ,- .' for the community. `. - 1 - A 4' Or 0 • Contract Value:$640,689 r a, . Address: 609 E. 6th St., Pueblo, CO 81001 �� 'moo l'. ,.. " Client Contact:Tamara Moore -•' , Email:TMoore@pueblo.us Pikers Peek I IJA1a Etuildilrig C) ftspartrri4e► nt TI U1S IS TO CERTIF\ THAT KR CONSTRUCTION GROUP INC KRCG INFOGRAPH IS A LICENSED CONTRACTOR (IDS 25193) BUILDING A-1 t:xantuwe KIM HAWKINS F vu 31 -Jut-2026 DIVERSITY AND INCLUSION STATEMENT STATEMENT OF WARRANTY ADDENDUM ACKNOWLEDGMENT KR Construction Group Inc. values diversity and inclusion KR Construction Group Inc. proudly provides a two-year KR Construction Group Inc. acknowledges all addendum as core principles of our organization. We actively warranty on all projects, ensuring that our clients receive No. I issued apart of this solicitation. We confirm our promote a culture that respects and celebrates the dependable and high- quality results. This warranty compliance with the requirement to acknowledge all unique backgrounds, experiences, and perspectives of reflects our commitment to standing behind our work and addenda in our submittal and proposal, including but our team members. partners, and the communities we addressing any issues promptly to maintain client not limited to clarifications, scope changes, and time serve. Through these efforts, we aim to build stronger satisfaction. and/or date changes. connections and drive innovation in every project we undertake COMMITMENT TO LOCAL WORKFORCE AND QUALITY NON-DISCRIMINATION POLICY ASSURANCE NO LAWSUIT OR CLAIMS KR Construction Group Inc. strictly adheres to a non- KR Construction Group Inc. is committed to supporting discrimination policy, ensuring equal opportunities for all KR Construction Group Inc. has a flawless track record the local economy by utilizing a minimum of 80% individuals regardless of race, gender, religion, age, with no lawsuits or claims filed against us. This reflects Colorado workforce and local contractors for any disability, or any other protected status. This policy our commitment to ethical practices, professional solicitation. Additionally, we self-perform at least 10% of underscores our dedication to fostering an inclusive and integrity, and the satisfaction of our clients in every every project to ensure quality, efficiency, and fair work environment project we undertake. adherence to our high standards of craftsmanship and performance. COMMITEMENT TO INDUSTRY STANDARDS KR Construction Group Inc. is dedicated to maintaining BACKGROUND AND SECURITY CLEARANCE INSURENCE REQUIRMENTS the highest level of compliance with industry standards, KRCG meets all insurance requirements, including general building codes, and regulatory requirements. Through KR Construction Group Inc. ensures that all personnel rigorous quality control, continuous staff training, and subcontractors undergo thorough background liability, auto liability, workers' compensation, checks and security clearances as required. We are commercial general aggregate. Additionally, we are fully collaboration with licensed professionals, and strict prepared to obtain any additional insurance coverage as safety protocols,we ensure every project meets or committed to maintaining the highest standards of safety exceeds all applicable standards. Our proactive and compliance on all project sites. specified by project needs, ensuring comprehensive protection for all stakeholders. engagement with local and national regulatory agencies, combined with meticulous planning and execution, upholds excellence, safety, and long-term structural integrity in all our construction endeavors. Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date August 28, 2025 Pre-Proposal Meeting Mandatory September 10, 2025, at 10:00 am 2110 0 Street, Greeley CO Technical Questions Due September 17, 2025, by 10:00 am Technical Questions email bids a(�weld.gov Questions Answered via Addendum September 19, 2025 Proposals Are Due September 24, 2025, by 10:00 am Purchasing's Clock Solicitation Notice of Award (Anticipated) October 6, 2025 Contract Execution (Anticipated) October 20, 2025 Please provide the following schedule dates with an anticipated contract execution date of September Schedule Description Schedule Date Submittals 10/6/2025 Equipment Ordered 10/13/2025 Equipment Lead Time 10/27/2025 Construction Start 10/28/2025 Construction Completion 02/24/2026 1029 Solicitation# B2500114 Page 9 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non-responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Description Pricing Architectural $ 225,837.11 Mechanical $44,175.49 Electrical $ 44,906.72 Plumbing $ 80,941.53 Detention (CML Only) $226,700 Security Electronics (CML Only) $72,090 Total Lump Sum Price: $694,050.85 Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request B2500114 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. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance 6. Acknowledgment of Schedule F—Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. 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. Item Entry Company Name: KR Construction Group Inc. Address: 1029 S Sierra Madre St,Ste A,Colorado Springs,80903 Solicitation#B2500114 Page 10 Phone 720-441-6965 Email: khawkins@krconstructiongroupinc.com FEIN/Federal Tax ID #: 88-072098 CONTRACTOR:KR Construction Group Inc. By: ie.__ 9/23/2025 Date of Signature Name: Kim Hawkins Title: CEO Solicitation#B2500114 Page 11 Addendum # 001 Bid Request Number B25000114 North Jail Unit 24 Renovation Currently: Page A-02, A-10, A-11, and E-10 of the project drawings: Are missing details and specifications. Change: See addendum #1 attachment included as part of this addendum to replace pages A- 02, A-10, A-11, and E-10 Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: KR Construction Group Inc. 09/18/2025 /2 Date of Signature Signature: 1 / Name: Kim Hawkins Title: CEO September 18, 2025 , , CM U WALL i/z"O BOLT WITH WASHERS, LOCK \ / WASHER,AND NUT V 3 1/2"X3 1/2"X 114"ANGLE 43.Question - Page A-11 will "H" in the Equipment Schedule be used in the ADA unit. It is not on the plans. Answer— Provide H in the ADA shower unit. 44.Question -After speaking with Steel Cell vendor, the cell doors are not compatible with standard hollow metal frames, please clarify? Answer—These are detention grade doors and frames. Please coordinate with CML. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: KR Construction Group Inc. 9/23/2025 /,z) Date of Signature Signature: /' — /--/-- ------ Name: Kim Hawkins Title: CEO September 23, 2025 Solicitation Notice of Award (Anticipated) October 8, 2025 Contract Execution (Anticipated) October 22, 2025 Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: KR Construction Group Inc 9/26/2025 Date of Signature Signature: k ;.,/--/--- Name: Kim Hawkins Title: CEO September 26, 2025 �, FACILITIES DEPARTMENT pin _ �� PHONE: (970)400-2020 FAX: (970) 304-6532 WEBSITE:www.co.weld.co.us L Gp TY I T 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 30, 2025 To: Board of County Commissioners From: Patrick O'Neill Subject: Weld County North Jail—Unit 24 Renovation—B2500114 As advertised this bid is for the renovation of Unit 24 in the Weld County North Jail. The low bid is from KR Construction Group Inc. and meets specifications. Therefore,the Facilities Department is recommending the award to KR Construction Group Inc. in the amount of$694,050.85. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Facilities Director KRCON01 OP ID: M1 ACCRI=3 MM(DATE /DDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 1MM/2025 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 719-687-3500 ' CONTACT Steve Blevins . • „ Western Group Inc-Pikes Peak PHONE 719-687-3500 FAx 719-687-7620 380 W Henrietta Ave A/C, No, Exci: (A/c, No): P.O. Box 4880 E-MAIL•DRESS: Woodland Park, CO 80866 Steve Blevins _ INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:ACUIt 14184 INSURED INSURER B:Pinnacol Assurance 41190 KR Construction Group Inc 1029 S Sierra Madre St Unit A INSURER C: Colorado Springs, CO 80903 INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE PCLiCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE 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 ADDL SUER EFF POLICY EXP LTR TYPE OF INSURANCE INSD wv-D POLICY NUMBER 4,1310LICYM/Dp/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X X ZV7141 06/02/2025 06/02/2026 DAMAGE TO RENTED 250,000 PREMISES(Ea occurrence) $ MED EXP (Any one person) $ 10,000 _PERSONAL& ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 3'000'000 POLICY X Ter LOC PRODUCTS-COMP/OP AGG $ 3,000,000 OTHER: COMBINED SINGLE LIMIT 1,000,000 A AUTOMOBILE LIABILITY (Ea accident) X ANY AUTO X X ZV7141 06/02/2025 06/02/2026 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ _ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY _(Per accident) $ _ $ A UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE ZV7141 06/02/2025 06/02/2026 AGGREGATE $ 5,000,000 DED RETENTION $ $ B WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N 4237623 06/01/2025 06/01/2026 E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A 1,000,000 (Mandatory in NH) E.L. DISEASE-EA EMPLOYEE, $ If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule, may be attached if more space is required) General Contractor See Notes for Additional Insured CERTIFICATE HOLDER CANCELLATION WELDCOI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Weld County Colorado 1150 O Street Greeley, CO 80631 AUTHORIZED REPRESENTATIVE Steve Blevins ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD. ■ HOLDER CODE WELDC01 KRCON01 PAGE 2 INSURED'S NAME KR Construction Group Inc OP ID: M1 Date 10/09/2025 Certificate Holder is listed as Additional Insured in regards to General Liability in acccordance with written contract. Certificate Holder is noted as Cancellation Notice Recipient. Waiver of Subrogation applies to General Liability & Business Auto Policies . AC�� DATE (MM/DD/YYYY) EVIDENCE OF PROPERTY INSURANCE 10/09/2025 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. AGENCY ( PHONE(A/C.No.Ext): +1 719 687 3500 COMPANY PIKES PEAK INSURANCE American Zurich Insurance Company PO BOX 4880 WOODLAND PARK, CO 80866-4880 FAX @g-MAIL (A/C,No): steve.blevins w iinsurance.com ADDRESS: CODE: 12683918 SUB CODE: AGENCY CUSTOMER ID#: INSURED LOAN NUMBER POLICY NUMBER KR Construction Group Inc BR78249745 1029 S Sierra Madre St Unit A EFFECTIVE DATE EXPIRATION DATE Colorado Springs, CO 80903 10/15/2025 10/15/2026 CONTINUED UNTILTERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTION 2110 0 Street Greeley, CO 80631 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 EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COVERAGE INFORMATION COVERAGE I PERILS I FORMS AMOUNT OF INSURANCE DEDUCTIBLE Builders Risk Coverage Form $1,000 Renovations and Improvements $694,051 All Covered Property at all Locations $694,051 REMARKS (Including Special Conditions) Wind Deductible 1 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST NAME AND ADDRESS MORTGAGEE ADDITIONAL INSURED Weld County Colorado X LOSS PAYEE 1150 0 Street LOAN# Greeley, CO 80631 AUTHORIZED REPRESENTATIVE ACORD 27 (2009/12) © 1993-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* Entity ID* 0 New Entity? KR CONSTRUCTION GROUP INC @00047794 Contract Name* Contract ID Parent Contract ID JAIL POD #24 - 1 HOUR TIME OUT ROOM 10001 Contract Status Contract Lead* Requires Board Approval CTB REVIEW CNAIBAUER YES Contract Lead Email Department Project# cnaibauer@weld.gov Contract Description* CONSTRUCT TIME OUT ROOMS IN JAIL POD 24. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 10/18/2025 GROUNDS 10/22/2025 Amount* $694,050.85 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be included? Automatic Renewal Department Head Email CM-Build ingGrounds- Grant DeptHead@weld.gov County Attorney IGA GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV 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 Review Date* Renewal Date 04/01 /2026 Termination Notice Period Committed Delivery Date Expiration Date* 04/01 /2026 Contact Information 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 PATRICK O'NEILL RUSTY WILLIAMS BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 10/21 /2025 10/21 /2025 10/21 /2025 Final Approval BOCC Approved Tyler Ref# AG 12725 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 10/27/2025 1861 '� FACILITIES DEPARTMENT 11 r. T PHONE:(970)400-2020 71 J l� / FAX:(970)304-6532 1.1 N T Y WEBSITE:www.co.weld.co.us G O� 1105 H STREET P.O.BOX 758 GREELEY,COLORADO 80632 September 30,2025 To:Board of County Commissioners From:Patrick O'Neill Subject:Weld County North Jail—Unit 24 Renovation—B2500114 As advertised this bid is for the renovation of Unit 24 in the Weld County North Jail.The low bid is from KR Construction Group Inc.,and meets specifications. Therefore,the Facilities Department is recommending the award to KR Construction Group Inc.,in the amount of$694,050.85. If you have any questions,please contact me at extension 2023. Sincerely, Patrick O'Neill Facilities Director 2025-2735 18� Weld County Finance Department I r Purchasing Division bids@weld.gov M 1301 North 17th Avenue " Greeley,Colorado 80631 Bid Opening Tabulation Title:Weld County North Jail—Unit 24 Renovation Bid Number:B2500114 Department:Facilities Bid Opening Date:September 24,2025 September 26,2025 Approval Date:October 6,2025 Vendor s Name Total Amount KR Construction Group,Inc. 1029 S.Sierra Madre Street $694,050.85 Colorado Springs,CO 80903-4260 Happel&Associates 722 Washington Avenue,Suite 211 $728,540.00 Golden,CO 80401 TCC Corporation 6820 Powell Street $760,696.00 Loveland,CO 80538 Growling Bear Co.,Inc. 2330 4th Avenue $762,907.00 Greeley,CO 80631 WCC Construction,LLC 1112 Oxborough Lane $786,600.00 Fort Collins,CO 80525 The Facilities Department is reviewing the proposals. Drake Construction 1281 E.Magnolia Street,Unit D#164 $989,000.00 Fort Collins,CO 80524 The Facilities Department is reviewing the proposals. Hello