Loading...
HomeMy WebLinkAbout20220877.tiffloin-voC-H'ptV(9(Q23 January 17, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Planning Remodel — Change Order 5 (2022-0877) In December, the contractor provided a change order price for correcting the subsurface soils and switching to concrete versus asphalt. Subsequently, this scope of work was approved. At the first of the year, the concrete supply company provided notice that the price of concrete will rise effective immediately. The additional cost of concrete material was not known in December and was not included in the original quote for work. Because of the increase in the price of concrete from the supplier, the contractor is requesting a change order in the amount of $34,821.00 to cover the unexpected increase. The Facilities Department is recommending this change order in the amount of $34,821.00. Sincerely, Toby Taylor Director 0 /30 11001.23 13C1007.4 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Planning Parking Lot — Concrete Price Increase Change Order DEPARTMENT: Facilities DATE: 1-16-2022 PERSON REQUESTING: Toby Taylor Brief description of the problem/issue: In December, the contactor provided a change order price for correcting the subsurface soils and switching to concrete versus asphalt. Subsequently, this scope of work was approved. At the first of the year, the concrete supply company provided notice that the price of concrete will rise effective immediately. The additional cost of concrete material was not known in December and was not included in the original quote for work. Because of the increase in the price of concrete from the supplier, the contactor is requesting a change order to cover this unexpected increase. The change order is for $ 34,821.00 Facilities is recommending approval of this change order and placing it on an upcoming BOCC agenda for formal approval. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Deny the request for the change order. 2. Approve change order request that will be added to an upcoming agenda for official approval. Recommendation: Approve change order. Perry L. Buck. Pro -Tern Mike Freeman, Chair Scott K. James •Stave cA h ).1 Lori Saine Approve Recommendation Work Session Other/Comments: Schedule CHANGE ORDER # 5 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND SWIFT BUILDERS, LLC. Date: January 16, 2023 Original Agreement: Weld County document no. 2022-0877 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: $ 1,568,735.00 Original Contract Amount $ 184,134.33 Previously Approved Change order(s) Amount $ 34,821.00 Current Change Order Amount $ 1,787,690.33 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: Derek Cohen Title: Member ATTEST: ddt/4441 " Weld ty Clerk to th- Board BY: Deputy CI ,1 k t• the Date 01/23/2023 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Chair JAN 3 0 2023 02.O 02..g -4'i 77 Page 1 of 1 ISWIFT e7 BUILDES.L.Lc Exhibit A: Change Order # 5 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Planning Department Remodel Date: 1/14/2023 Pending Change Order# 8 DESCRIPTION OF CHANGE: Material pricing increase issued as of 01/01/2023. 1) AV Remodeling & Concrete Concrete plant material increase of $10/CY $ 15,000.00 15% Fuel surcharged added on Road Base $ 16,800.00 DIRECT JOB EXPENSES ExpendableTools................................................................................................... $ - EquipmentRental................................................................................................ $ Subcontractor................................................................................................ $ 31,800.00 SwiftBuilders Labor................................................................................................ $ Subtotal.............................................................................................................................. $ 31,800.00 Other: $ TOTAL DIRECT JOB EXPENSE......................................................................................................... $ 31,800.00 CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ 318.00 MARGIN & OVERHEAD ..... @ 8.50% $ 2,703.00 TOTAL CHANGE ORDER COST $ I 34,821.00 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date AV REMODELING & CONCRETE SERVICES Cell (432) 257-6300 19390 Co Rd 100 NUNN CO,80648 SUBMITTED TO WORK TO BE PERFORMED AT: Name: Derek Cohen Address: Weld County Parking lot Date:12/28/2022 Phone This is a change order to perform all the work listed below, for the above address. Materials to put back bad areas (road base) increase $11,100 (from $74,000 to a total of $85,100) 6" of road base for entire area (44,000 sf) including labor and equipment to put it down increase of 15% ($1,800) from $12,000 to a total of $ 13,800 44,000 sf by 5" thick, 4,000 psi concrete labor and material increase $ 15,000 (from $290,000 to a total of $305,000 WE WOULD TREAT THIS AS A PROPOSAL AND CONTRACT PLEASE SIGN & RETURN Any alteration or deviation from above specifications involving extra costs Will be executed only upon written order, and will become an extra costs Over and above the estimate. All agreements contingent upon strikes, accidents, or delays beyond our control. Respectfully Submitted by: AV Remodeling & Concrete Services. Note -this proposal may be withdrawn by us if not accepted within 3O days. ACCEPTANCE OF PROPOSAL The above price, specifications, and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payments will be made as outlined above. Signature Rene vasquez Signature Date:12/28/2022 January 2023 Price Increas ;ar Valued Customer, ru have undoubtedly noticed that our industry has continued to experi st increases in many components of ready -mix concrete, including; la Lment, fuel, admixtures and equipment. Due to the new costs and furti tinned increases throughout 2023 we now find it necessary to raise oi. ices. Please note the following: fective January1st of 2023 Loveland Ready Mix Concrete Inc. vrril e price of concrete by $10.00 per cubic yard. is also important to note that commutations from our suppliers have dicated that a mid -year price increase in July of 2023 is likely. Please p corresponding additional increase in concrete prices during that time. re sincerely appreciate your business and hope to continue serving you ture. If you have any questions please feel free to contact Steve Patton r0-214-0296 or myself at 970-776-4522. irieriy, • AttfilVIO Sudden Equipment Company inc: Av_services15@yahoo.coni Remodeling & Concrete e Masques N_ 17₹h Ave )ley, CO 80631 257-6300 Road Base $15.00 per ton. Trucking will be 1/2 per load $35.00 the fuel surcharge of 15% on the Tricking and Road Base. Road Base $15.00 X 15 Tans $225.00 !ern Trucking $35.00 per 1/2 hour $35.00 Surcharge 15 % $39.00 I per load $299.00 ve Spam Tax if we do not receive theTax Exempt Certificate before starting the job. se call the office at 970-353-0720 if you have any questions. ik you May Eden Equipment Company, Inc_ North 25th Ave .ey, CO 80631 153-0720 Contract Form Request SWIFT BUILDERS LLC Ent - Contract Name* PLANNING REMODEL (2022-0877) Contract Status CTB REVIEW Entity ID* 0.00040607 Contract Description* CHANGE ORDER It 5 PRICE INCREASE CONCRETE Contract Description 2 Contract Type* CHANGE ORDER Amount* $34,821.00 Renewable* NO Automatic Renewal ❑ New Entity? Contract ID 6623 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanAco.weld.co.us Parent Contract ID Requires Board Approval YES Department Project I Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 01/21 /2023 01/25/2023 Department Email CM- 8uildingGrounds@weldgov.c OM Department Head Email CM-BuildingGrounds- DeptHeadg weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EYAWELDG OV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* 82200056 If this is a renewal enter previous Contract ID If this is part of a NSA enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Coot Effective Date Review Date* 05/01/2023 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 05?01.2023 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approver Purchasing Approved Date CHRISTIE PETERS Approval Process Department Head TOBY TAYLOR DH Approved Date 01 r23?2023 Final Approva BOCC Approved BOCC Signed Date BOCC Agenda Date 01x'30/2023 Originator SGEESAMAN 01,125/2023 Finance Approver CHERYL PATTELLI Finance Approved Date Legal Counsel BRUCE BARKER Legal Counsel Approved Date 01/2412023 01/24/2023 Tyler Ref # AG 013023 C,nkvcc4-U lo5n) December 19, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Planning Remodel — Change Order 4 (2022-0877) During the repaving effort at the Planning Building remodel, an unknown soft soil condition was discovered. A solution for the soft spot was developed by engineer where the bad soils are removed, and good soils are placed and compacted. However, it is too late in the season to asphalt the parking lot due to plant closures. Therefore, the contractor was asked to provide a cost for both replacing the bad soils and installing concrete versus asphalt. The total work has been quoted at $187,841.38 The Facilities Department is recommending this change order in the amount of $187,841.38. Sincerely, Toby Taylor Director otfOL )/).P/02'5 262Z -0Y1-1 B600Z4-1. BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Planning Parking Lot — Concrete Change Order DEPARTMENT: Facilities PERSON REQUESTING: Toby Taylor DATE: 12-16-2022 Brief description of the problem/issue: During the repaving effort at the Planning Building remodel, an unknown soft soil condition was discovered. A solution for the soft spot was developed by engineer where the bad soils are removed, and good soils are placed and compacted. However, it is too late in the season to asphalt the parking lot due to plant closures Therefore, the contractor was asked to provide a cost for both replacing the bad soils and installing concrete versus asphalt. The total work has been quoted at $187,841.38 and can be added to an upcoming public agenda for change order approval. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Deny the request for the change order. 2. Approve change order request that will be added to an upcoming agenda for official approval. Recommendation: Approve change order. Perry L. Buck Mike Freeman, Pro -Tern Scott K. James, Chair Steve Moreno Lori Saine Approve Schedule Recommendation Work Session Other/Comments: CHANGE ORDER # 4 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND SWIFT BUILDERS, LLC. Date: December 19, 2022 Original Agreement: Weld County document no. 2022-0877 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: $ 1,568,735.00 Original Contract Amount $ (3,707.05) Previously Approved Change order(s) Amount $ 187,841.38 Current Change Order Amount $ 1,752,869.33 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Date 12/20/2022 Name: Derek Cohen Title: Member ATTEST: ddotA) xiaei Weld County Clerk to the Board BY. rn ait)oA Deputy Clerk to the Board' Page 1 of 1 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Freeman ,Chair JAN 0 4 2023 ,1oaa- 0877 SWIFT 9UILDERS.u.c Exhibit A -Change Order # 4 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Planning Department Remodel Date: 12/14/2022 'Pending Change Order* 7 I DESCRIPTION OF CHANGE: Parking Lot modifications per the CDS Engineering report dated December 7, 2022 and the Pavement Design Recommendations dated 11/30/2022. 1) AV Remodeling & Concrete Remove bad soil (approx. 44,000 SF) $ 48,000.00 Import and place road base at export areas $ 83,500.00 Import and place 6" of road base to get to 5" below finish grade $ 12,000.00 Place 5" of 4,000 psi concrete, unreinforced $ 290,000.00 2) Credit for Remaining Contract work $(268,450.00) Striping scope still needed $ 1,150.00 Cost previously spent with Ashpalt Specialties $ 5,344.64 DIRECT JOB EXPENSES Expendable Tools..........................................................$ - EquipmentRental................................................................................................ $ - Subcontractor................................................................................................ $ 171,544.64 SwiftBuilders Labor$ Subtotal.............................................................................................................................. $ 171,544.64 Other: $ - TOTAL DIRECT JOB EXPENSE......................................................................................................... $ 171,544.64 CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ 1,715.45 MARGIN & OVERHEAD ..... @ 8.50% $ 14,581.29 TOTAL CHANGE ORDER COST $ ( 187,841.38 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 10 days Approval: date PROPOSAL AV REMODELING & CONCRETE SERVICES 19390 County Road 100 Nunn, CO 80648 (432) 257-6300 av_services15@yahoo.com PROPOSAL SUBMITED TO: WORK TO BE PERFORMED AT: Derek Cohen Weld County parking lot DATE: 12/13/2022 This is a proposal to perform all the work listed below, for the above address. 1. Pull out 20,000 sf by 1 ft deep and 24,000 sf by 2 ft deep of bad material, including labor and equipment (trucking) $48,000 2. Materials to put back the bad areas (road base) $74,000 3. Materials to put back the bad areas (fill dirt) $50,400 Option in lieu of Road base in Item # 2. 4. Labor and equipment to put bad the bad areas $9,500 5. 6" of road base for entire area (44,000 sf) including labor and equipment to put it down $12,000 6. 44,000 sf by 5" thick, 4,000 psi concrete labor and material $ 290,000 WE WOULD TREAT THIS AS A PROPOSAL AND CONTRACT PLEASE SIGN & RETURN Any alteration or deviation from above specifications involving extra costs Will be executed only upon written order and will become an extra cost over and above the estimate. All agreements contingent upon strikes, accidents, or delays beyond our control. Note: this proposal may be withdrawn by us if not accepted within 30 days. ACCEPTANCE OF PROPOSAL The above price, specifications, and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payments will be made as outlined above. Signature: Signature: Rene Vazquez Rene Vazquez AV Remodeling & Concrete Services DATE 12/13/2022 if APPLICATION AND CERTIFICATION FOR PAYMENT AIA DOCUMENT G702 PAGE ONE OF TWO PAGES TO OWNER: SWIFT BUILDERS, LLC PROJECT: Weld Coounty Planning APPLICATION NO: P.O. Box 272430 Ft. Collins, CO FROM CONTRACTOR: VIA ENGINEER: Asphalt Specialties Co., Inc. 10100 Dallas St. Henderson, Co 80640 CONTRACT FOR: Asphalt Paving CONTRACTOR'S APPLICATION FOR PAYMENT Application is made for payment, as shown below, in connection with the Contract. Continuation Sheet, AIA Document G703, is attached. 1. ORIGINAL CONTRACT SUM 2. Net change by Change Orders 3. CONTRACT SUM TO DATE (Line 1 ± 2) 4. TOTAL COMPLETED & STORED TO DATE (Column G on 0703) 5. RETAINAGE: a. 10 % of Completed Work (Column D + Eon G703) b. 10 % of Stored Material (Column F on 6703) Total Retainage (Lines 5a + 5b or Total in Column I of G703) 6. TOTAL EARNED LESS RETAINAGE (Line 4 Less Line 5 Total) 7. LESS PREVIOUS CERTIFICATES FOR PAYMENT (Line 6 from prior Certificate) 8. CURRENT PAYMENT DUE 9. BALANCE TO FINISH, INCLUDING RETAINAGE (Line 3 less Line 6) 280, 1 95.00 0.00 CONTRACTOR: 280,195.00 5,344.64 PERIOD TO: December 31, 2022 Distribution to: OWNER ENGINEER CONTRACTOR INTERNAL COPY EMAILED TO G.C. X X X PROJECT NOS: 22099 CONTRACT DATE: August 15, 2022 The undersigned Contractor certifies that to the best of the Contractor's knowledge, information and belief the Work covered by this Application for Payment he. hcrn completed in accordance with the Contract Documents, that all amounts have been paid buAN NELSON the Contractor for Work for which previous Certificates for Payment were imued and NOTARY PUBLIC payments received from the Owner, and that current payment shown herein s nowgtATE OF COLORADO 534.46 0.00 By:J ids State of: g2Grc� Subscribed ands m to b re a this Notary Public: My Commiss' xpires:a7?1 534.46 ENGINEER'S CERTIFICATE FOR PAYMENT 4,810.18 0.00 4,810.18 275,384.82 CHANGE ORDER SUMMARY ADDITIONS DEDUCTIONS Total changes approved in previous months by Owner $0.00 $0.00 Total approved this Month $0.00 $0.00 TOTALS $0.00 50.00 NET CHANGES by Change Order $0.00 NOTARY ID 19994030527 My Commission Expires April 29, 2024 Date: 12 • I f •,t,Z County of: o4o4.,n S day of —p2',,„,„ '¢ In accordance with the Contract Documents, based on on -site observations and the data comprising the application, the Architect certifies to the Owner that to the best of the Engineer's knowledge, information and belief the Work has progressed as indicated, the quality of the Work is in accordance with the Contract Documents, and the Contractor is entitled to payment of the AMOUNT CERTIFIED. AMOUNT CERTIFIED (Attach explanation if amount certified differs from the amount applied. Initial all figures on this Application and onthe Continuation Sheet that are changed to conform with the amount certified.) ARCHITECT: By: Date: This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the Contractor named herein. issuance, payment and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this Contract. f:\admin\forms\PAY APPLICATION #1 12/15/2022 CONTINUATION SHEET MA Document G702, APPLICATION AND CERTIFICATION FOR PAYMENT, containing Contractor's signed certification is attached. In tabulations below, amounts are stated to the nearest dollar. Use Column I on Contracts where variable reMinage for line items may apply. A/A DOCUMENT G703 PAGE 2 OF 2 PAGES APPLICATION NO: APPLICATION DATE: December 15, 2022 PERIOD TO: December 31, 2022 ASCI PROJECT NO: 22099 A ITEM B DESCRIPTION OF WORK ESTIMATED UNIT UNFI C SCHEDULED D E WORK COMPLETED F MATERIALS G TOTAL % H NO. QUANTITY PRICE VALUE FROM PREVIOUS APPLICATION Quantity 0 THIS PERIOD APPLICATION Quantity 0 PRESENTLY STORED (NOT IN DORE) COMPLETED AND STORED TO DATE (G - C) BALANCE TO FINISH (C - G) RETAINAGE BF VARIABLE RATE) 10 5" HBP / 6" ABC - P1I 1 1,297.0 SY $44.80 $58,105.60 $0.00 119.30 $5,344.64 (2+6+F) $5,344.64 9.2% 952,760.96 $534.46 20 4" HBP / 6" ABC - PH 2 1,339.0 SY $38.95 $52,154.05 $0.00 $0.00 $0.00 0.0% $52,154.05 $0.00 30 SOIL STERILANT 2,636.0 SY $0.20 $527.20 $0.00 $0.00 $0.00 0.0% $527.20 $0.00 40 5" HBP / 6" ABC - PH 1 2,300.0 SY $38.90 $89,470.00 $0.00 $0.00 $0.00 0.0% $89,470.00 $0.00 50 4" HBP / 6" ABC - PH 2 2,376.0 SY $33.25 $79,002.00 $0.00 $0.00 $0.00 0.0% $79,002.00 $0.00 60 SOIL STERILANT 4,676.0 SY $0.20 $935.20 $0.00 $0.00 00.00 0.0% $935.20 $0.00 70 CONTRACT ADJUST TO BALANCE 1.0 LS $0.95 $0.95 $0.00 $0.00 $0.00 0.0°/ $0.95 $0.00 Totals: $280,195.00 $0.00 $5,344.64 $5,344.64 1.91% $274,850.36 $534.46 f,dmirAforms\PAY APPLICATION #t 12/15/2022 Contract Form New Contract Request Entity Information Entity Name* SWIFT BUILDERS LLC Contract Name" PLANNING REMODEL i2022-08771 Contract Status CTB REVIEW Entity ID" 00040607 Contract Description CHANGE ORDER A 4- CONCRETE PARKING LOT Contract Description 2 Contract Type" CHANGE ORDER Amount" 0187,841.08 Renewable NO Automatic Renewal Grant !GA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGroundsUtWeldgov,c om Department Head Email CM-BuildingGrounds- DeptHeadUir seldgov.com County Attorney GENERAL COUNTY Y ATTORNEY EMAIL County Attorney Email CM- COUNTYATTCRNE1' S4'WELDG OV.COM ❑ New Entity? ,Contract ID 5585 Contract Lead" SGEESAMAN Contract Lead Email sgeesarnanco.weld.co.us Requested BOCC Agenda Date 12,2812022 Parent Contract ID Requires Board Approval YES Department Project # Due Date 12x'24;'2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP # k B2200055 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 Se:vices Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date" Renewal Date 03 31.2020 Termination Notice Period Committed Delivery Date Expiration Date 03'31,2023 Contact Information Contact Info Contact Name Purchasing Purchasing Approver CHRISTIE PETERS Approval Process Department Head TOBY TAYLOR DH Approved Date 12 20 2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 01./0,1-'2023 Originator SCEESAMAN EESAMAN Contact Type Contact Email Finance Approver CHRIS Q'Ob'1DIO Contact Phone I Contact Phone 2 Purchasing Approved Date 1 2 21'2022 Legal Counsel MATTHEW CONROY Finance Approved Date Legal Counsel Approved Date 12/20,2022 12:20'2022 Tyler Ref if AC 010423 November 28, 2022 Cariva d" I 1) ti c91-i 31 FACILITIES DEPARTMENT PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Planning Remodel — Change Order 3 (2022-0877) After building signage was installed, the department requested several revisions and building code required several more exit signs be installed within the interior. The cost for the signage revisions and additions has been quoted by the contractor in the amount of $11,312.45 The Facilities Department is recommending this change order in the amount of $11,312.45. Sincerely, Toby Taylor Director Conatn+ kiein 6o- 12/o5/2Z ec,:atze MU,- 081 `l QC-4a2A CHANGE ORDER # 3 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND SWIFT BUILDERS, LLC. Date: November 22, 2022 Original Agreement: Weld County document no. 2022-0877 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibits, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibits. 3. The amount of the contract is adjusted as follows: $ 1,568,735.00 Original Contract Amount $ (15,019.50) Previously Approved Change order(s) Amount $ 11,312.45 Current Change Order Amount $ 1,565,027.95 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: ('17.1.41 By: Name: Derek Cohen Title: LLC Member Date 11/29/2022 -11 BOARD OF COUNTY COMMISSIONERS ATTEST: 4 � ' WELD COUNTY, COLORADO Weld C BY: Deputy Cle tt K. James, Chair DEC 0 5 2n?? Page 1 of 1 c>2.0o -0Y77 SWIFT BUILDERS,u_c Exhibit A: Change Order # 3 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Planning Department Remodel Date: 11/16/2022 'Pending Change Order# 5I DESCRIPTION OF CHANGE: Add 3 exit signs and relocate one per Weld County Building Department 1) Winterhawk Electric $ 730.00 DIRECT JOB EXPENSES ExpendableTools................................................................................................... $ - EquipmentRental...................... ..... ....................... .............................................. $ Subcontractor................................................................................................ $ 730.00 SwiftBuilders Labor............. ..... ................................. ............................................. $ Subtotal.............................................................................................................................. $ 730.00 Other: $- TOTALDIRECT JOB EXPENSE......................................................................................................... $ 730.00 CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ 7.30 MARGIN & OVERHEAD ..... @ 8.50% $ 62.05 TOTAL CHANGE ORDER COST S I 799.35 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date Winterhawk Electric Change Request #5 — Weld County Planning Winterhawk Electric, LLC 4643 Wildgrass Place Dacono, CO 80514 970-460-6550 Office 720-382-6341 Cell Submitted To: Swift Builders Change Request: Provide labor and materials for the following: Add 3 new exit signs and relocate 1 existing. Material: $355.00 Labor: $375.00 Total Change Request: $730.00 Date of Submission: 11/16/22 Ian r�s.LL� Exhibit B: Change Order # 3 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Planning Department Remodel Date: 11/16/2022 'Pending Change Order# 6 DESCRIPTION OF CHANGE: Signage Modifications per attached Connecting Signs quote 1) Connecting Signs Per attached quote dated 11/16/22. $ 9,601.00 DIRECT JOB EXPENSES Expendable Tools............................................................. Equipment Rental................................................................................................ Subcontractor................................................................................................ SwiftBuilders Labor Subtotal............................................................................................................................. Other: TOTAL DIRECT JOB EXPENSE......................................................................................................... $ $ - $ 9,601.00 $ $ 9,601.00 $ $ 9,601.00 CITY TAXES @ 0.00% GENERAL LIABILITY INSURANCE 1.00% MARGIN & OVERHEAD ..... @ 8.50% TOTAL CHANGE ORDER COST TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... $ - $ 96.01 $ 816.09 0 days $ I 10,513.10 Approval: date 2643 Midpoint Drive G�r C5 www.connectingsigns.com Created Date: 11/16/2022 Suite A Fort Collins, CO 80525 (970) 493-0133 ESTIMATE EST -16871 Bill To: Swift Builders 149 W Harvard St Suite 302 Fort Collins, CO 80525 US Installed: Swift Builders 149 W Harvard St Suite 302 Fort Collins, CO 80525 US Requested By: Derek Cohen Email: derekc@swiftbuildersllc.com Cell Phone: (970) 825-9400 Salesperson: Bruce Gardner Email: bruce@connectingsigns.com NO. QTY UNIT PRICE 1.1 1.2 Exterior Dimensional Letter Sign; 6" tall x 3/8" thick cast aluminum; black with white faces; blind stud $8,426.00 $7,376.00 $8,426.00 mounted • OPTIONAL - Same cast lettering except the entire letter will be white. The base price is with letters that have black returns and white faces. The cost of this option is $6390.00 Miscellaneous (V) - Cast aluminum "WELD COUNTY PLANNING, BUILDING INSPECTIONS AND DEVELOPMENT REVIEW SERVICES" Installation - Removal and installation 2 2.1 2.2 Interior Dimensional Letter Sign; 6" tall x 1/4" thick 1 $1,175.00 $850.00 black acrylic; VHB tape mounted • Note that some minimal damage to paint and/or wall surface is possible when the existing lettering is removed. Resulting wall repairs would be done by others. Miscellaneous (V) - Laser cut acrylic "PLANNING, BUILDING INSPECTIONS AND DEVELOPMENT REVIEW SERVICES" Installation - Installation $1,175.00 - This estimate is good for 30 days and is subject to final design. - All estimates, proofs, etc. are exclusive intellectual property of Connecting Signs - Any unauthorized use may result in liability under applicable laws. Signature: Date: Subtotal: $9,601.00 Taxable Amount: $8,226.00 Taxes: $0.00 Grand Total: Deposit Required: $9,601.00 $4,800.50 Generated On: 11/17/2022 10:11 AM Page 1 211 Contract Form New Contract Request Entity Information Entity Name. SWIFT BUILDERS LLC Entity ID* @00040607 Contract Name. PLANNING DEPARTMENT REMODEL (2022-0877) Contract Status CTB REVIEW Contract Description. CHANGE ORDER # 3 BUILDING SIGNAGE Contract Description 2 Contract Type CHANGE ORDER Amount. $11,312.45 Renewable. NO Automatic Renewal Grant IGA ❑ New Entity? Contract ID 6431 Contract Lead SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project I Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 12/01'2022 12!05/2022 Department Email CM- BuildingGrounds@weldgov.c om Department Head Email CM-BuildingGrounds- DeptHead weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY@WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date. Renewal Date 01131+2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be induded? YES Bid /RFP I* 82200056 Termination Notice Period Committed Delivery Date Expiration Date* 01/3112023 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver CHRISTIE PETERS Approval Process Department Head finance Approver TORY TAYLOR CHERYL PATTELLI Purchasing Approved Date 12/01 2022 Legal Counsel MATTHEW CONROY DH Approved Date finance Approved Date Legal Counsel Approved Date 11/3012022 12x0112022 12/0112022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 12/05/2022 Originator SGEESAMAN Tyler Ref AG 120522 Con tACk IP Co(1oZ BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Planning Remodel Design — Change Order2 DEPARTMENT: Facilities PERSON REQUESTING: Toby Taylor DATE: 7-25-2022 Brief description of the problem/issue: When the design of the Planning remodel was developed, there was not knowledge of the need for one larger office to accommodate a planning manager. A planning manager was hired (promoted) on 7/20/2022. Subsequently, Tom Parko identified the need to combine two smaller offices into one larger office to accommodate the planning manager in the new building. The cost to accommodate this is minimal and the contractor has quoted the change order as $1,423.50 The Facilities Department is recommending this change order to accommodate the new need. What options exist for the Board? (include consequences, impacts, costs, etc. of options): 1. Deny the request for the change order. 2. Approve change order. Recommendation: Add change order to upcoming agenda for approval. Perry L. Buck Mike Freeman, Pro-Tem Scott K. James, Chair Steve Moreno Lori Saine Approve Schedule Recom endation Work Session Other/Comments: y o vLatke Con wP -1- tnck. OSIO7I2Z rprAsa ZoZz-o311 8 G Ob 2A- Karla Ford From: Sent: To: Cc: Subject: Attachments: Approve Sent from my iPhone Lori Saine Tuesday, July 26, 2022 12:03 PM Steve Moreno Karla Ford Re: Please Reply: Planning Remodel Change Order - Pass Around image00l.jpg; Planning Remodel Change Order 1.doc On Jul 26, 2022, at 7:36 AM, Steve Moreno <smoreno@weidgov.com>wrote: Approve Sent from my iPhone On Jul 26, 2022, at 9:20 AM, Karla Ford <kford@weldgov.com>wrote: Please advise if you approve recommendation. Thank you! Karla Ford Executive Assistant & Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kfardgweldgov.com :: www,weldgov.com **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e- mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Toby Taylor <ttaylor@weldgov.com> Sent: Tuesday, July 26, 2022 7:12 AM To: Karla Ford <kford@weldgov.com> Cc: Tom Parka Jr. <tparko@weldgov.com> Subject: Planning Remodel Change Order - Pass Around Karla, Can you add this to the packet? Toby Taylor CHANGE ORDER # 2 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND SWIFT BUILDERS, LLC. Date: July 26, 2022 Original Agreement: Weld County document no. 2022-0877 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: $ 1,568,735.00 Original Contract Amount $ (16,443.00) Previously Approved Change order(s) Amount $ 1,423.50 Current Change Order Amount $ 1,553,715.50 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: 41,4!, By Name: Derek Cohen Title: LLC Member ATTEST: detrAtiN) G ;ok Weld BY: Deputy CI Date 07/27/2022 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO cdtt K. James, Chair AUG 0 8 2022 Page 1of1 02O _ 05'77 SWIFT BUILOES..c Exhibit A SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Planning Department Remodel Date: 7/26/2022 Pending Change Order # 2 DESCRIPTION OF CHANGE: Remove wall separating room 177 & 178. Remove door frame 177 and infill with drywall. 1) MS Drywall - Infill door opening and repair at demo locations $ 800.00 2) Swift Builders - Demolition $ 500.00 3) Door cannot be re -stocked and will be provided to Weld County when received. DIRECT JOB EXPENSES ExpendableTools................................................................................................... $ EquipmentRental................................................................................................ $ Subcontractor................................................................................................ $ 1,300.00 SwiftBuilders Labor................................................................................................ $ Subtotal...............................................................................$ 1,300.00 Other: $ TOTALDIRECT JOB EXPENSE......................................................................................................... $ 1,300.00 CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ 13.00 MARGIN & OVERHEAD ..... @ 8.50% $ 110.50 TOTAL CHANGE ORDER COST S ( 1,423.50 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date MS Drywall Company 11451 Jersey Lane Thornton, CO 80233 E -Mail Address: msdrywall2@gmail.com Telephone: 720-385-8398 CHANGE ORDER #1 JULY 25, 2022 To: SWIFT BUILDERS ATT: DEREK JOB NAME: WELD COUNTY BLDG 1402 GREELEY, CO RE: DOOR INFILL AND WALL SCAR PATCHES DESCRIPTION OF WORK: STEEL STUD FRAMING, DRYWALL, FINISH, AND CLEANUP. LABOR - FRAME, DRYWALL, FINISH, CLEANUP 10 HOURS @ $65.00 MATERIALS - METAL STUDS, DRYWALL AND FINISH TOTAL THIS CHANGE ORDER $ 800.00 RESPECTFULLY SUBMITTED BY, MANNY SALAZAR KEVIN MCDONALD MS DRYWALL COMPANY $ 650.00 $ 150.00 OFFICE 1 8 4 184 HALL 12 ob OFFICE 181 0, -on 183 X179 OFFICE 183 1C' _8" OFFICE OFFICE 179 10'-8" T HALL OFFICE 177 h- _ �1 77 � HALLO 1176kni ACCENT WALL C Off! F. ROOM 173 Contract Form New Contract Request Entity Information Entity Name* SWIFT BUILDERS LLC. Contract Name* 1402 PLANNING REMODEL (2022-0877) Contract Status CTB REVIEW Entity ID. @00040607 Contract Description* CHANGE ORDER # 2 COMBINING OF ROOMS Contract Description 2 Contract Type* CHANGE ORDER Amount* 01,42 3.50 Renewable* NO Automatic Renewal Grant IGA New Entity? Contract ID 6162 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanico.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 08/04 2022 08;'08: 2022 Department Email CM- BuildingGroundsAweldgov.c om Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Entail CM- COU NTYATTORNEY:8 WELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2200056 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* 12 31 2022 Renewal Date Termination Notice Period Committed Delivery Date. Expiration Date 12(3112022 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 08/01/2022 Approval Process Department Head TOBY TAYLOR DH Approved Date 0810112022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08?08%2022 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 08"01//2022 08/'01;2022 Tyler Ref # AG 080822 Crvcxc- July 20, 2022 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Planning Remodel Construction - Change Order #1 (2022-0877) After the construction contract was awarded, it was discovered that necessary builders risk insurance was not listed, as required, on the request for bid documents. During construction several plumbing adjustments were necessary and not part of the construction documents. An alternative/ equivalent lighting fixture was presented and accepted resulting in a credit. A change order, resulting in a net $16,443.00 credit, with the following cost breakdown is requested. 2,856.00 Builders Risk Insurance Policy 8,301.00 Plumbing Adjustments (27,600.00) Alternative Light Fixtures (16,443.00) Total Facilities is recommending approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director cones cu„ zon-u-ri CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND SWIFT BUILDERS, LLC. Date: July 18, 2022 Original Agreement: Weld County document no. 2022-0877 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: $ 1,568,735.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ (16,443.00) Current Change Order Amount $ 1,552,292.00 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: ✓T '' v'�-1 Date 712 I 2 2 d Name: PEAEI! Title: r'ie-A(1r3E(4- ATTEST: Weld BY: ddr4v ..f.eh,;„k BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy CI:/ k to the •ar %4 , ' . `����Scdtt K. James, Chair Page 1 of 1 AUG 0 8 2022 - O8 71 Exhibit A: Change Order # 1 I WWIFT BU1LOE5.Li.c SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Planning Department Remodel Date: 6/13/2022 'Pending Change Order# 1 DESCRIPTION OF CHANGE: Changes per RFI 4, RFI 5 and Owner Direction 1) Builders Risk policy The bid documents did not require a BR policy. Per Sterling, it is now required. $ 2,856.00 2) Flush Valve Toilets per RFI # 1 Top Notch Plumbing $ 3,394.00 3) Plumbing Layout Change in RR 148 per RFI # 5 Top Notch Plumbing $ 3,557.00 Sawcut/Remove/Repour Concrete $ 1,350.00 4) Replace Type A & Ae fixtures with 2BLT4 48L ADP GZ10 & 2BLT4 48L ADP GZ10 EL14L $ (27,600.00) DIRECT JOB EXPENSES ExpendableTools................................................................................................... $ EquipmentRental................................................................................................ $ Subcontractor................................................................................................ $ (16,443.00) SwiftBuilders Labor................................................................................................ $ Subtotal.............................................................................................................................. $ - Other: $ - TOTAL DIRECT JOB EXPENSE......................................................................................................... $ (16,443.00) CITY TAXES @ 0.00% $ BONDS/INSURANCE 1.75% $ MARGIN & OVERHEAD ..... @ 8.50% $ TOTAL CHANGE ORDER COST $ f (16,443.00) TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date Zurich Programs Builders Risk and Installation Quote Proposal Premium Summary Prepared For Swift Builders, LLC 149 W Harvard St Suite 302 fort collins, CO 80525 Presented By US ASSURE INSURANCE SERVICES OF FLORIDA, INC. P.O. BOX 10197 JACKSONVILLE, FL 32247-0197 A0201127 •9 ZURICH„ Proposed Policy Period From 05/23/2022 To 02/23/2023 (12:01 a.m. Standard Time at your address as stated herein) Coverage and This is intended only as a brief outline and does not alter any of the coverages, conditions, exclusions or provisions contained in the policy. premium information Type of coverage Total Premium (all locations)* Builders Risk Proposed Policy Premium* State Taxes & Surcharges Total fully earned policy premium* $2,856.00 $2,856.00 $0.00 $2,856.00 * Premium quotation valid for 30 days from the date on the first page of this proposal. Policy is fully earned See attached Disclosure of Terrorism Premium. This is a proposal for insurance. It is not an insurance policy. Only the policy itself provides coverage. The coverages offered in this proposal are based on information received through the agent and may not include all available coverages. The client and their agent should discuss any additional or optional coverages needed. Coverage descriptions are abbreviated and do not indicate in force coverage. This proposal is not a part of and is not incorporated into the insurance policy. If there is any conflict between the coverage descriptions shown in this proposal and the actual insurance policy, the insurance policy prevails. The insurance policy supercedes this proposal. Date Generated: 05/23/2022 5:07:11 PM Page 3 of 6 Zurich Programs Builders Risk and Installation ZURICH Primar Builders Risk Covera.es Deductible Total Limits Premium Amount of renovation/improvements All Covered Property at all Locations Additional Coverages: Back-up or Overflow of Sewer, Drains or Sumps Claim Preparation Expense Contract Penalties Debris Removal Fire Department Service Charge Ordinance or law Loss to the undamaged portion of the building Demolition cost Increased cost of construction Combined Aggregate for Demolition Cost and Increased Cost of Construction Pollutant Clean -Up and Removal Rewards Re -erection of Scaffolding Scaffolding, Construction Forms and Temporary Structures Property at a Temporary Storage Location Property in Transit Valuable Papers and Records Covera.e Extensions Profit Soft Costs Coverage $5,000 $5,000 None None None None None $5,000 $5,000 $5,000 $5,000 $5,000 None None None None $5,000 $5,000 None $1,600,000 $1,600,000 $50,000 $10,000 $25,000 $50,000 $25,000 $1,000,000 Included $1,000,000 $1,000,000 $1,000,000 $25,000 $25,000 $25,000 $50,000 $80,000 $80,000 $50,000 $2,688 $19 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 Deductible Total Limits Premium 14 days If included $25,000 $53 This is a proposal for insurance. It is not an insurance policy. Only the policy itself provides coverage. The coverages offered in this proposal are based on information received through the agent and may not include all available coverages. The client and their agent should discuss any additional or optional coverages needed. Coverage descriptions are abbreviated and do not indicate in force coverage. This proposal is not a part of and is not incorporated into the insurance policy. If them is any conflict between the coverage descriptions shown in this proposal and the actual insurance policy, the insurance policy prevails. The insurance policy supercedes this proposal. Date Generated: 05/23/2022 5:07:11 PM Page 4 of 6 Zurich Programs Builders Risk and Installation Special Conditions Equipment Breakdown Quote Proposal 24 -hour Claim Service ZURICH„ Deductible Total Limits Premium $5,000 Included $96 Our claim representatives understand businesses like yours and recognize how difficult a business shutdown can be for you. So, while they provide service that's fast, responsive and fair, their ultimate goal is to minimize your business disruption and get you back to full operation as promptly as possible. In the event you have a loss, we now offer online loss reporting with immediate acknowledgement. Your claim is assigned to a local claim office, usually within two hours of reporting the loss, but generally no longer than 24 hours. You can also call us toll -free at 1-800-987-3373. - This is a proposal for insurance. It is not an insurance policy. Only the policy itself provides coverage. The coverages offered in this proposal are based on information received through the agent and may not include all available coverages. The client and their agent should discuss any additional or optional coverages needed. Coverage descriptions are abbreviated and do not indicate in force coverage. This proposal is not a part of and is not incorporated into the insurance policy. If there is any conflict between the coverage descriptions shown in this proposal and the actual insurance policy, the insurance policy prevails. The insurance policy supercedes this proposal. Date Generated: 05/23/2022 5:07:11 PM Page 5 of 6 Top Notch Plumbing LLC TOP NOTCH PLUMBING LLC 1913 9th Street Greeley, CO. 80631 Main office 970.404.7586 Request For Information JOB: WC Planning 5/13/22 SCOPE: The specified toilets changed to a flushometer type, 10" rough toilet. Please consider the pricing below to accommodate for this change. Deduct original toilet material cost -$2,135.00 Deduct original toilet labor -$968.00 Add flushometer sensor type toilets $4,278.00 Add flushometer labor $1,776.00 Add 15% OH&P $443.00 Total difference: $3,394.00 Respectfully submitted by Matthew Tipton, / iflWThor Top Notch Plumbing LLC TOP NOTCH PLUMBING LLC 1913 9th Street Greeley, CO. 80631 Main office 970.404.7586 CHANGE ORDER JOB: WC Planning 6/13/22 SCOPE: RFI 5 relocated the rough plumbing in the restrooms. Please consider pricing below to make 1 ADA stall in each restroom. Omit one toilet in the mens room and move the urinal over. COST Materials: $881.00 Labor: $2,112.00 Equipment: $100.00 OHP: $ 464.00 TOTAL: $3,557.00 Respectfully submitted by Matthew Tipton, Winterhawk Electric Change Request #1— Weld County Lighting Package Winterhawk Electric, LLC 4643 Wildgrass Place Dacono, CO 80514 970-460-6550 Office 720-382-6341 Cell Submitted To: Swift Builders Change Request: Provide labor and materials for the following: Date of Submission: 06/20/2022 Lighting fixture package has 2 different options to meet either cost savings or owner preferences. Pricing is as follows. Option A Cost Savings Credit of $27,600.00 Replace spec'd Type A and Ae fixtures with 2BLT4 48L ADP GZ10 and 2BLT4 48L ADP GZ10 EL14L fixtures. Total fixture count is 179/24, EM fixtures being the latter. Option B Owner Preference Add of $15,800.00 Replace spec'd Type A and Ae fixtures with 2AVL4 SOLSE ADP GZ10 and 2AVL4 50LSE ADP GZ10 EL14L fixtures. Total fixture count is 179/24, EM fixtures being the latter. NO COST IMPACT ON LABOR Contract Form New Contract Request Entity Information Entity Name* SWIFT BUILDERS LLC Contract Name* PLANNING REMODEL (2022-0877 Contract Status CTB REVIEW Entity ID O'00040607 Contract Description CHANGE ORDER # 1 LIGHTS & TOILETS (NET CREDIT) Contract Description 2 Contract Type* CHANGE ORDER Amount* ($16,443.00) Renewable* NO Automatic Renewal Grant (GA ❑ New Entity? Contract ID 6145 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Parent Contract ID Requires Board Approval YES Department Project # • ac. rtment Requested B0CC Agenda Due Date BUILDINGS AND GROUNDS Date* 07/23.2022 07,27/2022 Department Email CM- BuildingGroundsAweldgov.c om Department Head Email CM-tuildingGrounds- DeptHead Qrneldgov=,com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTY ATTO RN EY€T`WELDG OV,COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* 82200056 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 I i f01 t }022 Termination Notice Period Committed Delivery Date Expiration Date' 11,0112022 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 08'01 ,'2022 Approval Process Department Head TOBY TAYLOR DH Approved Date 08 01x2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 08 08 2022 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 08;01;2022 08:01(2022 Tyler Ref # AG 080822 Con -I'1/0 Ct l 1*sl l AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & SWIFT BUILDERS LLC PLANNING DEPARTMENT REMODEL PROJECT THIS AGREEMENT is made and entered into this q'day of M am , 2022, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Swift Builders LLC, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2200056. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Conwrrl- Ocy,ncia, zt c6, .m/o2A z o22-- OTfl 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 immediately terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $1,568,735.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent, expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 Builders' Risk Insurance or Installation Floater — Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. 1) The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. 2) Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. 3) The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. 4) The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. Flood damage coverage is not required for work within the floodway or 100 year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. 6) Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). 7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work, or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. It is agreed that the Contractor will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 16. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 17. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Derek Cohen Position: Address: 149 W Harvard St. Ste. 302 Address: Fort Collins, CO. 80525 E-mail: derekc@swiftbuildersllc.com Phone: 970-682-4230 County: Name: Toby Taylor Position: Director Address: 1105 H St. Address: Greeley, CO. 80632 E-mail: ttaylorAweldgov.com Phone: 970-400-2020 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 20. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 21. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 22. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 23. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 24. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 25. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 26. Governmental Immunity. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 27. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the 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. 28. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 29. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 31. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law. In accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 33. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. CONTRACTOR: Swift Builders LLC By: Name: Derek Cohen Title: Member WELD TIN)TI� ^` t/5�J • , .11 ATTEST: �L� 04/07/2022 Date of Signature BOARD OF COUNTY COMMISSIONERS Weld C. y Clerk to the B a . r. ��� WELCOUNTY, COLORADO BY: Deputy Clerk to Scdtt K. James, Chair MAY 0 4 2022 ao�a-of77 Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: FEBRUARY 11, 2022 BID NUMBER: B2200056 DESCRIPTION: PLANNING DEPARTMENT REMODEL DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE: FEBRUARY 25, 2022 BID OPENING DATE: MARCH 14, 2022 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: PLANNING DEPARTMENT REMODEL A mandatory pre -bid conference will be held on February 25, 2022 at 10:00 AM at 1402 N. 17th Ave, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received until: March 14, 2022 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on March 14, 2022 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 428629198 PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County: 1. Emailed bids are required. Email bids to bids a@weidgov.com; however, if your bids exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. 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 we receive your bid/proposal Please call Purchasing at 970-400-4223 or 4222 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by o ne of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, follo wed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," 'secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone n ot 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. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also u nderstood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. SUCCESSFUL BIDDER HIRING PRACTICES -- ILLEGAL ALIENS: Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal BID REQUEST #B2200056 Page 2 alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. BID REQUEST #B2200056 Page 3 D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. he successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established; including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. BID REQUEST #B2200056 Page 4 M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. BID REQUEST #62200056 Page 5 S. Employee Financial Interest/Conflict of Interest — C.R.S. H24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may rcci lit, in rem inty'c cniP rlicrrPtinn, in immprdintn tr rminatinn of thic AgranmPnt_ Mn PmnlnynP of the . . .%.a . lit, .. . tir v...• .t v vv.v v.vv. v�.v• . .. . •. • .. . ../��v. . . •.• successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof. the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. BID REQUEST #B2200056 Page 6 The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance_ The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting w thin the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. BID REQUEST #82200056 Page 7 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2200056 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: PLANNING DEPARTMENT REMODEL OVERVIEW: This bid is to renovate the existing building located at 1402 N 17th Ave, Greeley, CO 80631 to accommodate the Planning Department and Oil and Gas Energy Department. SPECI FICATIONS: Below at the specifications for the base bid and an add/alternate. BASE BID 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, glazing, aluminum storefront, flooring, ceilings, lighting, electrical, mechanical and plumbing systems (see attached construction documents). 2. New carpet and rubber wall base at carpeted areas is furnished and installed by owner. All other flooring, base and finishes are by contractor as noted in the drawings. Base must match at all locations 3. Remove and replace sidewalks shown on plans at parking lot as part of the base bid. Sidewalks will need to be replaced at 1402 and 1400 N. 17th Avenue as part of this bid. This will need to include any asphalt patching, sprinkler system repair and sod replacement required to repair damages from sidewalk replacement. 4. The existing fire alarm and sprinkler systems will need to be modified by a State authorized design/build contractor. Sprinkler system can be modified and re -used as necessary, existing fire alarm system shall be completely removed and a new system shall be installed. All fees for design and permits associated with this are responsibility of bidder. 5. Contractor shall develop a construction schedule highlighting milestones and activities. 6. This project also involves some exterior demolition of buildings and infrastructure as well as minor changes and repairs to the exterior of the building. 7. HVAC controls shall be Delta Controls version 4.18 by Set Point or Metasys version 9.0.0.4256 by Johnson controls. Existing building controls shall be removed, and a completely new control system installed that includes the following controlled items: VFD Control System Fan Start / Stop command. Fan Start/Stop Status Heat I On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Constant Volume Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool I On/Off Control Cool 2 On/Off Control BID REQUEST #B2200056 Page 9 Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status VFD Command 0% to 100% Control VFD Status VAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status Bypass Damper 0% to 100% Control Bypass Damper Status FPBVAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan On Fan Off BID REQUEST #B2200056 Page 10 VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off 8. Project will be permitted through Weld County. Fees for building permits will be waived. 9. Based on a contract being ready by April 6; 2022, provide construction start and finish dates in the spaces provided below. 10. Davis -Bacon and Buy American requirements are NOT required. 11. No bid bond is required for this project. 12. Bids over $50,000 will require a payment (100%) and performance (100%) bond upon award. 13. All trash and debris to be properly disposed of offsite. 14. Weld County is a tax-exempt entity. 15. Contractor will be required to enter into a contract for this service. SCHEDULE Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Proposals Are Due Bid Award Notice Contract Execution Construction Start Project completion February 11, 2022 February 11, 2022 February 25, 2022 March 14, 2022 March 30, 2022 April 13, 2022 Immediately upon receipt of signed contract November 30, 2022 BID REQUEST #B2200056 Page 11 ADD/ALTERNATE — PARKING LOT PAVING The parking lot around 1400 and 1402 North 17th Avenue is in bad repair. The add/alternate is to provide replacement. This add/alternate may or may not be approved with the base bid. 1. Replace asphalt scope as shown in C-1 through C-6 in the attached construction drawings to remove all existing asphalt, re -grade subgrade as shown and replace with new asphalt. 2. NOTE: the sidewalk replacement that is shown is part of the base bid. 3. Striping and ADA markings of all parking spaces identified shall be included. d •APA einn� e with inctallntinn chall ho innli ir�nri _ T . I . ✓ , , I I J g with . . I 1 . V < , . t I �/ . . % I . I , V V I I I �./ l V \A V A . 5. All paving, grading and compaction shall be in accordance with the pavement design recommendations. 6. This work will need to be phased so that 1400 N. 17th Avenue can remain open and service customers. 7. As a part of this option, contractor must: a. Develop a stormwater management program (SWMP) plan that meets EPA and State of Colorado requirements. b. Complete all requirements and submit via CEOS website. c. Contractor will be the operator for such permits and will be responsible for any violations/fines for non-compliance with the regulatory requirements. 8. Contractor is responsible for any permit fees related to stormwater. PROPOSED DATES Please provide proposed start and completion dates for this project. START DATE COMPLETION DATE FEES: Provide turnkey cost for the base bid. In addition, provide a turn -key cost for the add/alternate for paving In the space below. BASE BID: $ ADD/ALTERNATE PARKING LOT PAVING: $ TOTAL (BASE BID AND ADD/ALTERNATE): $ BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on March 14, 2022: 1) Include pages 9-13 of the Bid Specifications 2) Complete pages 12 & 13 of the Bid Specifications. 3) Per Item #12 for the Base Bid, Bids over $50,000 will require a payment (100%) and performance (100%) bond upon award. 4) If submitting a bid on the Add/Alternate — Parking Lot Paving , Items #7 & #8 need to be completed prior BID REQUEST #B2200056 Page 12 to parking lot construction. 5) W9, if applicable* 6) Any future Addenda must be completed. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal may result in your proposal being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200056. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Scott K. James, Chair APPROVED AS TO SUBSTANCE. Elected Official or Department Head Controller BID REQUEST #B2200056 Page 13 ADDENDUM#1 BID REQUEST NO B2200056 PLANNING DEPARTMENT RENOVATION 1) Currently Janitors closets do not currently have any FRP wall protection called out to be installed Change Install FRP around all mop basins or utility sinks in the janitors' closets FRP shall extend to 4' above the sink and two feet beyond the edge of the sink on any wall that is adjacent to the sink or mop basin 2) Currently Ceramic tile is called out as 18x18 Edgewood HL04 (CT -1), 6x12 P -36C9 HL04, cove base (CT -2), 2x6 S4269 bullnose (CT -4) This tile has been discontinued Change (CT -1) shall be 18" X 18" Esta Villa EV99 Cottage Brown, (CT -2 and CT -4) shall be 3" X 12" P -43C9 ***We need signed copy submitted with your bid Thank you?*** Addendum received by FIRM ADDRESS CITY AND STATE BY EMAIL March 7, 2022 ADDENDUM#2 BID REQUEST NO. B2200056 PLANNING DEPARTMENT RENOVATION 1) Currently_ Bid date is 10:00 AM March 14TH Change: New bid date is 10:00 AM March 18TH 2) Currently: Ceramic tile is called out as (CT -1) shall be 18" X 18" Esta Villa EV99 Cottage Brown, (CT -2 and CT -4) shall be 3" X 12" P -43C9, (CT -3) shall be HLO8 Sunset Blend.This tile has been discontinued. Change: Ceramic tile shall now be (CT -1) 20" X 20" Marazzi tile UL26 Babylon, (CT -2) shall be deleted, use Schluter Dilex for the cove at the bottom, (CT -4) shall be 3 X 13 bullnose UL2S Babylon and (CT -3) shall be 4" X 12" strip mosaic UL36 Babylon. 3) Currently: Bid Specs show a generic set of control points for the building automation system Change: These are the actual points the system is currently using. RTU Controls 1. Fan Start / Stop command. 2. Fan Start/Stop 3. Outside Air Temp 4. Supply Air Setpoint 5. Supply Air Temp 6. Return Air Temp 7. Mix Air Temp 8. Duct Static Setpoint Control 9. Duct Static Status 10. Zone temp 11. Discharge smoke alarm 12. Occupied status 13. Outside air damper position 14. VFD Status 15. Space Temp 16. If Supply Air Set Point Reset by Outdoor Air or VAV Voting VAV Controls Reheat, Fan Power 17. Supply Air Temp 18. Supply Air Temp Set point 19. Room Temp 20. Heating Setpoint Control 21. Cooling Setpoint Control 22. Reheat Valve 0% to 100% 23. Reheat Valve Status 24. Damper Position 0% to 100% 25. Damper Position Status 26. Fan On/Off Control 27. Fan Status 28. Heat Command On/Off 29. Heat Status 30. CFM Heating Min Set Point 31. CFM Cooling Min Set Point 32. CFM Cooling Max. Boiler Controls 33. Boiler Start/Stop Control 34. Hot Water Temp Setpoint Control 35. Reset Temp Control 36. Pump 1 On/Off Control 37. Pump 2 On/Off Control 38. Pump 1 status 39. Pump 2 status 40. Hot Water Supply Temp Status 41. Hot Water Return Temp Status ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL March 10, 2022 Planning Department Remodel 82200056 - QUESTIONS & ANSWERS POSTED 03/07/22 1. Question: Page 9 of the solicitation item 4 states fire sprinkler and fire alarm systems need to be modified. Plan cover sheet code analysis states the building does not have fire sprinkler. Please confirm fire sprinklers are not a part of this project. Answer: Fire sprinklers are not a part of this project. Disregard the note to modify the fire sprinkler system. 2. Question: Drawing MO.2, when I pull this up and have a lot of boxes in lieu of letters, hard to read. Can you resend? Answer: Works for others. Please try uploading again. 3. Question: Drw Cl, are we leaving the existing curb and gutter? I know we have some to demo up at sidewalk, but this is in regard to entire parking lot. Answer: Existing curb and gutter to stay except as shown for new ADA areas. 4. Question: Only portion of sidewalk is removed? Correct? Answer: Only sidewalk at new ADA areas will be removed. Enough sidewalk will need to be removed to make new ADA areas code compliant. If the work of this contract results in damage to the existing sidewalks, they will need to be replaced at cost of contractor. 5. Question: D1 the scale appears to be wrong. Answer: Scale is shown as 1/16th inch per foot. Actual scale should be 1/8th inch per foot. 6. Question: Drw D3, detail 12/D3, is this a hollow metal window? Specify what is wanted. Answer: Window is called out to match existing windows. Existing windows are aluminum storefront windows. New window shall match. 7. Question: Drw A6 door 191 and 193 say ST&V but are HM, paint? Answer: Paint doors 191 and 193. 8. Question: D3 in regard to the existing bench. 13/D3 days remove but 1/D3 says fix mortar? If we do remove are re patching back with rock mulch or concrete? Answer: Bench is to be removed. The patch mortar notes pertain to window sills at the exterior of the building. Install rock with weed barrier to match existing where bench was removed. 9. Question: is the existing ceiiings, ACT and Gyp being demo'd? Answer: All existing ceilings including ACT and gyp board are to be demo'd and replaced. 10. Question: Janitors closet 146 has tile and 154 has VCT is this correct? Answer: Both janitors' closets are to have VCT. 11. Question: Drw A4 note says all windowsills are CNT-1. Are all windows receiving new sills? Answer: Yes. 12. Question: For specialties, GC providing/install of grab bars and mirrors? Owner supply the rest of the specialties and GC installs? Answer: Owner will furnish and install paper towel dispensers, toilet paper holders and soap dispensers. All other specialties will be furnished and installed by the contractor. 13. Question: Drw D1 shows interior door to boiler room, Al only shows exterior door. Are we removing the door? Answer: Interior door at boiler room does not exist. Please disregard it. No door will be installed at this location. 14. Question: Do we know the height to the deck? Answer: It varies. 15. Question: Drw D1 calls for new window in NW corner office, what size are we providing? HM? Alum? Answer: Disregard note on page D1 calling for removal of brick and drywall for new window. No new window will be installed at this location. 16. Question: A7 -B calls for CT -1 floor & base but room schedule calls for VCT? Answer: Janitor 146 should be VCT and lunchroom 144 and Hall 147 should be CT. 17. Question: Do all walls in restrooms receive tile? Answer: Yes. 18. Question: No corner guards are required? Answer: No. 19. Question: No FRP is required in janitors' rooms? Answer: See Addendum #1. 20. Question: On the Bid Request (page 12) under the AddjAltemate — Parking Lot Paving; it is stated that the paving work needs to phased so that 1400 N. 17th Ave. can remain open and service customers. Can a phasing plan be presented, so we know how many phases? Answer: This will be by the contractor doing the work. Access to one side of the building at 1400 N 17th Ave. will need to remain open for customers to enter the building at all times. The contractor may phase this however they would like as long as there is always access to a sidewalk with a handicapped accessible area and the main entrance without crossing an area of construction. 21. Question: Does the asphalt work (alternate) need to be done in phases? Answer: See question #20. 22. Question: Are the skylights in lobby remaining? Any work to them? Answer: Skylights are to remain. Repair drywall and paint. 23. Question: Sidelight frames, measurements for the bottom fill and horizontal mullions are not shown? Answer: The base of the window frame shall be 4" and the horizontal mullion will be 2". 24. Question: The following selections have been discontinued: 18x18 Edgewood H104 (CT -1), 6x12 P -36C9 HL04, cove base (CT -2), 2x6 S4269 bullnose (CT -4). Please provide updated selections. Answer: See Addendum #1. Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: PLANNING DEPARTMENT REMODEL OVERVIEW: This bid is to renovate the existing building located at 1402 N 17th Ave, Greeley, CO 80631 to accommodate the Planning Department and Oil and Gas Energy Department. SPECIFICATIONS: Below at the specifications for the base bid and an add/alternate. BASE BID 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, glazing, aluminum storefront, flooring, ceilings, lighting, electrical, mechanical and plumbing systems (see attached construction documents). 2. New carpet and rubber wall base at carpeted areas is furnished and installed by owner. All other flooring, base and finishes are by contractor as noted in the drawings. Base must match at all locations 3. Remove and replace sidewalks shown on plans at parking lot as part of the base bid. Sidewalks will need to be replaced at 1402 and 1400 N. 17th Avenue as part of this bid. This will need to include any asphalt patching, sprinkler system repair and sod replacement required to repair damages from sidewalk replacement. 4. The existing fire alarm and sprinkler systems will need to be modified by a State authorized design/build contractor. Sprinkler system can be modified and re -used as necessary, existing fire alarm system shall be completely removed and a new system shall be installed. All fees for design and permits associated with this are responsibility of bidder. 5. Contractor shall develop a construction schedule highlighting milestones and activities. 6. This project also involves some exterior demolition of buildings and infrastructure as well as minor changes and repairs to the exterior of the building. 7. HVAC controls shall be Delta Controls version 4.18 by Set Point or Metasys version 9.0.0.4256 by Johnson controls. Existing building controls shall be removed, and a completely new control system installed that includes the following controlled items: Fan Start / Stop command. Fan Start/Stop Status Heat I On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool I On/Off Control Cool 2 On/Off Control Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control BID REQUEST #B2200056 Page 9 Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status VFD Command 0% to 100% Control VFD Status VAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status Bypass Damper 0% to 100% Control Bypass Damper Status FPBVAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan On Fan Off BID REQUEST #B2200056 Page 10 VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off 8. Project will be permitted through Weld County. Fees for building permits will be waived. 9. Based on a contract being ready by April 6, 2022, provide construction start and finish dates in the spaces provided below. 10. Davis -Bacon and Buy American requirements are NOT required. 11. No bid bond is required for this project. 12. Bids over $50,000 will require a payment (100%) and performance (100%) bond upon award. 13. All trash and debris to be properly disposed of offsite. 14. Weld County is a tax-exempt entity. 15. Contractor will be required to enter into a contract for this service. SCHEDULE Below is the anticipated schedule for this project: Date of this Bid February 11, 2022 Advertisement Date February 11, 2022 Pre -bid conference February 25, 2022 Proposals Are Due March 14, 2022 Bid Award Notice March 30, 2022 Contract Execution April 13, 2022 Construction Start Immediately upon receipt of signed contract Project completion November 30, 2022 BID REQUEST #82200058 Page 11 ADD/ALTERNATE — PARKING LOT PAVING The parking lot around 1400 and 1402 North 17th Avenue is in bad repair. The add/alternate is to provide replacement. This add/alternate may or may not be approved with the base bid. 1. Replace asphalt scope as shown in C-1 through C-6 in the attached construction drawings to remove all existing asphalt, re -grade subgrade as shown and replace with new asphalt. 2. NOTE: the sidewalk replacement that is shown is part of the base bid. 3. Striping and ADA markings of all parking spaces identified shall be included. 4. ADA signage with installation shall be included. 5. All paving, grading and compaction shall be in accordance with the pavement design recommendations. 6. This work will need to be phased so that 1400 N. 17th Avenue can remain open and service customers. 7. As a part of this option, contractor must: a. Develop a stormwater management program (SWMP) plan that meets EPA and State of Colorado requirements. b. Complete all requirements and submit via CEOS website. c. Contractor will be the operator for such permits and will be responsible for any violations/fines for non-compliance with the regulatory requirements. 8. Contractor is responsible for any permit fees related to stormwater. PROPOSED DATES Please provide proposed start and completion dates for this project. START DATE 05/02/2022 COMPLETION DATE 09/15/2022 FEES: Provide turnkey cost for the base bid. In addition, provide a turn -key cost for the add/alternate for paving. In the space below, BASE BID: ADD/ALTERNATE PARKING LOT PAVING: TOTAL (BASE BID AND ADD/ALTERNATE): BID SUBMITTAL INSTRUCTIONS: $ 1,243,235.00 $ 325,500.00 5.00 The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 AM on March 14. 2022: 1) Include pages 9-13 of the Bid Specifications 2) Complete pages 12 & 13 of the Bid Specifications. 3) Per Item #12 for the Base Bid, Bids over $50,000 will require a payment (100%) and performance (100%) bond upon award. 4) If submitting a bid on the Add/Alternate — Parking Lot Paving , Items #7 & #8 need to be completed prior BID REQUEST #62200056 Page 12 to parking lot construction. 5) W9, if applicable* 6) Any future Addenda must be completed. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal may result In your proposal being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2200056. 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 proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Swift Builders, LLC BUSINESS ADDRESS 2000 S. College Ave, Suite 310 CITY, Fort Collins STATE, CO BY Derek Cohen (Please print) DATE 03/18/2022 ZIP 80525 TELEPHONE NO 970-682-4230 SIGNATURE ' dfk CODE FAX TAX ID #61-1777918 E-MAIL derekc@swiftbuildersllc.com WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8. ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board Scott K. James, Chair BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller BID REQUEST #B2200056 Page 13 ADDENDUM#1 BID REQUEST NO. B2200056 PLANNING DEPARTMENT RENOVATION 1) Currently: Janitors closets do not currently have any FRP wall protection called out to be installed Change: Install FRP around all mop basins or utility sinks in the janitors' closets. FRP shall extend to 4' above the sink and two feet beyond the edge of the sink on any wall that is adjacent to the sink or mop basin. 2) Currently: Ceramic tile is called out as 18x18 Edgewood HL04 (CT -1), 6x12 P -36C9 HL04, cove base (CT -2), 2x6 S4269 bulinose (CT -4). This tile has been discontinued. Change: (CT -1) shall be 18" X 18" Esta Villa EV99 Cottage Brown, (CT -2 and CT -4) shall be 3" X 12" P -43C9. ***We need signed copy submitted with your bid. Thank you!*** Addendum received by: March 7, 2022 Swift Builders, LLC FIRM 2000 S. College Ave, Suite 310 ADDRESS Fort Collins, CO 80525 CITY AND STATE, BY derekc@swiftbuilderslIc.com EMAIL ADDEND UM#2 BID REQUEST NO. B2200056 PLANNING DEPARTMENT RENOVATION 1) Currently: Bid date is 10:00 AM March 14TH Change: New bid date is 10:00 AM March 18TH 2) Currently: Ceramic tile is called out as (CT -1) shall be 18' X 18" Esta Villa EV99 Cottage Brown, (CT -2 and CT -4) shall be 3" X 12" P -43C9, (CT -3) shall be HLO8 Sunset Blend.This tile has been discontinued. Change: Ceramic tile shall now be (CT -1) 20" X 20" Marazzi tile UL26 Babylon, (CT -2) shall be deleted, use Schluter Dilex for the cove at the bottom, (CT -4) shall be 3 X 13 bullnose UL2S Babylon and (CT -3) shall be 4" X 12" strip mosaic UL36 Babylon. 3) Currently: Bid Specs show a generic set of control points for the building automation system Change: These are the actual points the system is currently using. RTU Controls 1. Fan Start / Stop command. 2. Fan Start/Stop 3. Outside Air Temp 4. Supply Air Setpoint 5. Supply Air Temp 6. Return Air Temp 7. Mix Air Temp 8. Duct Static Setpoint Control 9. Duct Static Status 10. Zone temp 11. Discharge smoke alarm 12. Occupied status 13. Outside air damper position 14. VFD Status 15. Space Temp 16. If Supply Air Set Point Reset by Outdoor Air or VAV Voting VAV Controls Reheat, Fan Power 17. Supply Air Temp 18. Supply Air Temp Set point 19. Room Temp 20. Heating Setpoint Control 21. Cooling Setpoint Control 22. Reheat Valve 0% to 100% 23. Reheat Valve Status 24. Damper Position 0% to 100% 25. Damper Position Status 26. Fan On/Off Control 27. Fan Status 28. Heat Command On/Off 29. Heat Status 30. CFM Heating Min Set Point 31. CFM Cooling Min Set Point 32. CFM Cooling Max. Boiler Controls 33. Boiler Start/Stop Control 34. Hot Water Temp Setpoint Control 35. Reset Temp Control 36. Pump 1 On/Off Control 37. Pump 2 On/Off Control 38. Pump 1 status 39. Pump 2 status 40. Hot Water Supply Temp Status 41. Hot Water Return Temp Status ***We need signed copy on file. Thank You!*** Addendum received by: Swift Builders. LLC FIRM 200Q S. College Ave, Suite 310 ADDRESS Fort Collins, CO 80525 CITY AND STATE BY derekc@swiftbuildersllc.com EMAIL March 10, 2022 / ACCDR o® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 04/25/2022 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 Brown & Brown of Colorado, Inc. 4532 Boardwalk Dr., Suite 200 Fort Collins CO 80525 CONTACT Pat O'Farrell NAME: PH0NN , Ert): (970) 482-7747 I A/XC, No): (970) 484-4165 E-MAIL 266.certificates@bbrown.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER : CM Vantage Specialty Insurance Company 15872 INSURED Swift Builders LLC SB Properties P. O. Box 272430 Fort Collins CO 80527 INSURER B : Owners Insurance Company 32700 INSURER C : Pinnacd Assurance 41190 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 21-22 COI REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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 LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CMV-PLI-0015164-03 09/01/2021 09/01/2022 EACH OCCURRENCE $ 1,000,000 DAMAGE 10 RENTED PREMISES (Ea occurrence) $ 300,000 I CLAIMS -MADE X OCCUR MED EXP (Any one person) $ Excluded PERSONAL&ADV INJURY $ 1,000,000 GENERALAGGREGATE $ 2,000,000 GEN'L AGGREGATE X LIMIT APPLIES PROT JEC PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO OWNED - - SCHEDULED AUTOS NON -OWNED AUTOS ONLY 53-509019-00 09/01/2021 09/01/2022 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CMV-EXL-0031575-01 05/01/2022 09/01/2022 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ DED I I RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? ANY PROPRIETOR/PARTNER/EXECUTIVE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N N/A 4195670 09/01/2021 09/01/2022 XI STATUTE I I EORH E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1000,000 $ , B Leased and Rented CWP4909030 09/01/2021 09/01/2022 Limit Deductible $35,000 $1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Weld County, Colorado, its elected officials, and its employees are included as additional insured per policy forms and conditions listed on page 2. CERTIFICATE HOLDER CANCELLATION Weld County, Colorado 1105 H St. Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC #: AC ADDITIONAL REMARKS SCHEDULE Page of AGENCY Brown & Brown of Colorado, Inc. NAMED INSURED Swift Builders LLC POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes Professional Liability: Policy#ANE5137119.22 effective 5/1/2022-5/1/2023 Hiscox PRO $2,000,000 Aggregate $1,000,000 Occurrence $2,500 Retention Contractors Pollution Liability: Policy # G71659148 001 effective 5/1/2022- 11/1/2022 Westchester Surplus Lines Insurance Company $1,000,000 Aggregate $1,000,000 Occurrence $5,000 Retention If required by written contract, the following blanket endorsements apply: General Liability: CG2010 (04/13) -Additinoal Insured Ongoing Operations CG2037 (04/13) -Additional Insured Completed Operations PLI5240 (06/16) -Additional Insured Primary and Noncontributory CG2404 (05/09) - Waiver of Transfer of Rights of Recovery Against Others Auto Liability: CA7078 (10/13) - Additional Insured by Contract, Agreement or Permit CA0444 (10/13) - Waiver of Transfer of Rights of Recovery Against Others Workers Compensation: 359-B- Blanket Waiver of Subrogation ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* SWIFT BUILDERS LLC Contract Name* PLANNING DEPARTMENT REMODEL Contract Status CTB REVIEW Entity ID* .^00040607 Contract Description* REMODEL OF THE PLANNING DEPARTMENT 1402 Contract Description 2 Contract Type CONTRACT Amount* 51,568,735.00 Renewable NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds,'weldgov.c om Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA I I ORNEY/WELDG OV.COM If this is a renewal enter previous Contract ID a en Contract ID Contract ID 5718 Contract Lead SGEESAMAN Contract Lead Email sgeesamanigico.weld.co.us Requested BOCC Agenda Date* 04'13;2022 Parent Contract ID Requires Board Approval YES Department Project # Due Date 04109/2022 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP#* 62200056 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* 12,30 2022 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date 12/302022 Contact Information Contact Info Contact Name Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR DH Approved Date 04;25;'2022 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05;'04; 2022 Originator SGEESAMAN Contact Type Contact Email finance Approver CHERYL PA I I ELLI Contact Phone 1 Purchasing Approved Date 04?28;2022 Finance Approved Date 0426 2022 Tyler Ref #E AG 050422 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 04128;'2022 PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 21, 2022 To: Board of County Commissioners From: Toby Taylor Subject: Planning Department Remodel (B2200056) As advertised this bid is for remodel of the new Planning Department Building at 1402 N 17TH Ave. The low bid is from Swift Builders LLC and meets specifications. Therefore, the Facilities Department is recommending the award to Swift Builders LLC for the combined base bid and asphalt paving alternate price in the amount of $1,568,735.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ZOZZ' OVri 1C�ObZzI DATE OF BID: MARCH 18, 2022 REQUEST FOR: PLANNING DEPARTMENT REMODEL DEPARTMENT: FACILITIES BID NO: B2200056 PRESENT DATE: MARCH 21, 2022 APPROVAL DATE: APRIL 4, 2022 VENDOR SWIFT BUILDERS LLC 2000 S. COLLEGE AVE, STE. 310 FORT COLLINS CO 80525 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E-mail: cmpetersaweldgov.com E-mail: reverettc weldgov.com E-mail: rturkaweldgov.com Phone: (970) 400-4223,4222 or 4216 Fax: (970) 336-7226 ADD START END BASE PARKING GRAND DATE DATE BID LOT PAVING TOTAL 5/2/22 AMERCIAN CONSTRUCTION SERVICES 4/18/22 1905 W. 8TH STREET, STE 209 LOVELAND CO 80537 GROWLING BEAR CO INC 2330 4TH AVENUE GREELEY CO 80631 TCC CORPORATION 609 GYRFALCON CT, UNIT D WINDSOR CO 80550 BAUEN STUDIOS LLC 495 W. CEDAR AVENUE DENVER CO 80223 9/15/22 $1,243,235.00 $325,500.00 $1,568,735.00 11/30/22 $1,388,385.00 $377,067.00 $1,765,452.00 5/9/22 12/9/22 $1,465,952.00 $351,076.00 $1,817,028.00 4/1/22 11/30/22 $1,492,470.00 $334,235.00 $1,826,705.00 4/27/22 10/17/22 $1,609,500.00 $323,723.00 $1,933,223.00 2022-0877 c IZ Pg. 2 DATE OF BID: MARCH 18, 2022 REQUEST FOR: PLANNING DEPARTMENT REMODEL DEPARTMENT: FACILITIES BID NO: B2200056 PRESENT DATE: MARCH 21, 2022 APPROVAL DATE: APRIL 4, 2022 VENDOR SAGE DESIGN BUILD LCC 4811 LONETREE DRIVE LOVELAND CO 80537 HALCYON CONSTRUCTION 3540 STATE HIGHWAY 52, UNIT F3 FREDERICK CO 80513 ADD START END BASE PARKING GRAND DATE DATE BID LOT PAVING TOTAL 4/18/22 9/16/22 $1,749,242.00 $369,041.00 $2,118,283.00 4/18/22 11/30/22 $1,945,026.00 $489,911.00 $2,443,937.00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. Hello