Loading...
HomeMy WebLinkAbout20230508.tiffConl-vaP#co�tn � AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & GROWLING BEAR CO INC. NORTHERN COLORADO REGIONAL FORENSIC LABORATORY HVAC EXHAUST SYSTEM UPGRADE THIS AGREEMENT is made and entered into this 22; day of N(A. fr CA() 2023, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and Growling Bear Co, INC. hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2300054. 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. COYIyi'll- 3a��a3 �2023-050$ c13/22/2s gG 0625 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Facilities Department or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may immediately terminate tlis 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 $93,367.00, 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. 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 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: Gary Shironaka Position: Address: 2330 4th Ave. Address: Greeley, CO. 80631 E-mail: garyshironaka@growlingbear.com Phone: 970-353-6964 County: Name: Toby Taylor Position: Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: ttaylor@weldgov.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 boar 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: Growling Bear Co, Inc. Gary Shironaka Digitallysigne.`,Tg ryShi ola By: Date:2023.03.1409:52:i6-06'00 03/14/23 Date of Signature Name: Gary Shironaka Title: President WELD COUNT ATTEST: „dtrAvti G: ..o4 BOARD OF COUNTY COMMISSIONERS Weld C . y Clerk to the B and WELD COUNTY, COLORADO BY: Deputy Clerk to he : • and Mike Freeman, Chair MAR 2 2 2323 REQUEST FOR BID Exhibit A WELD COUNTY. COLORADO 1150 O STREET GREELEY, CO 80631 DATE: JANUARY 13, 2023 BID NUMBER: B2200054 DESCRIPTION: NORTHERN COLORADO REGIONAL FORENSIC LABORATORY HVAC EXHAUST SYSTEM UPGRADE DEPARTMENT: FACILITIES MANDATORY PRE -BID CONFERENCE DATE: JANUARY 31, 2023 BID OPENING DATE: FEBRUARY 14, 2023 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: NORTHERN COLORADO REGIONAL FORENSIC LABORATORY HVAC EXHAUST SYSTEM UPGRADE A mandatory pre -bid conference will be held on January 31, 2023 at 1:00 PM at the Weld County Northern Colorado Regional Forensic Laboratory located at 2329 115th Avenue, Greeley, CO 80634. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: February 14, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 14, 2023 at 10:30 AM. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Administration Building, Fort St. Vrain Meeting Room, 1150 O Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 891 433 912# PAGES 1 - 7 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 7 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 7. 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 the 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. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Did Delivery to Weld county: 1. Emailed bids are required. Email bids to bids@weldnov.com; however, if your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are ncluded 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 understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #32300054 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privi eged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the 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. BID REQUEST #B2300054 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlioutlined in the Pin %A ithin the time limits prescribed by County may result in County's decision to ‘vvithhnlr1 ned IV .4 1 I�.r L.JIV r ILI III I LI 1 time IV limits IILJ prescribed VV \.JVLII Itr / I ILA J I LJJI4IL 11 1 V LJI IL7 .D LJ`,%JI,../I�JI I w •.1 LI II Ivly payment or to terminate this Agreement. J K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been 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 personrel 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. 0. 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 persor nel in a professional and workmanlike 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 one-year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance 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. BID REQUEST #82300054 Page 4 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. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any 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 result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such pos tion 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 County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #82300054 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or dpuble time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS Genera! Requirements: Ci i rt nre+cs ii bidders must r•� rr+ e 3 or before n ♦hr, time r.f execution n any Gee er aa! Successful bidders I ust secure, at VI belorC tl a ti I e of exeVutio 1 Vf al ly agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant'o this request. Successful bidders 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 red.jction 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 Successful bidder Successful bidder shall be responsible for the payment of any deductible or self -insured retention. County -eserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder 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 successful bidder 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 successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, 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 successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, c r 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 successful bidder 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 shal survive expiration or termination hereof. It is agreed that the successful bidder 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 successful bidder 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 BID REQUEST #B2300054 Page 6 successful bidder 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 successful bidder 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 successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage: and liability assumed under an insured contract, and defense costs, with the minimum limits must be 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 Automobile Liability: Successful bidder 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. Successful bidders 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 Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder 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, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, 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 Successful bidder. Successful bidder shall include all such subcontractors, independent contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder agrees to provide proof of insurance for all such subcontractors, independent contractors, 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 #82300054 Page 7 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Northern Colorado Regional Forensic Laboratory HVAC Exhaust System Upgrade OVERVIEW: Weld County is seeking bids for a turn -key lump sum project to install exhaust snorkels and associated equipment per the project specifications into the existing chemistry lab at the Weld County, Northern Colorado Regional Forensic Laboratory (NCRFL) located at 2329 115th Avenue, Greeley Colorado. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The Weld County NCRFL is needing two additional exhaust snorkels installed within the existing laboratory. The exhaust snorkels will be owner provided contractor installed. The addition of these snorkels will require new exhaust fans as well as the following additional scopes of work including but not limited to Mechanical, Electrical, Structural, Architectural, and Roofing. All work is to be performed per the project specifications and documents provided in this RFB. Project documents are per the following attachments. ➢ Attachment A — Owner Provided Exhaust Snorkel, MOVEX ME 100 Attachment B — Project Documents PROJECT SPECIFIC TERMS AND CONDITIONS: 1. NCRFL is a secured facility, all persons either working or visiting the facility will be required to submit to a Weld County Sheriffs background check. These will be submitted through the Weld County project manager for processing. 2. Contractor must always be accompanied by a Weld County or NCRFL representative while working within the facility. 3. All work will be required to be completed during the normal working hours of NCRFL. The normal working hours are 8:00 am to 5:00 pm Monday through Friday. 4. Due to the sensitivity of area where the work is to be performed the Contractor will be responsible for taking all necessary precautions and will install temporary protection over all existing surfaces and equipment in the work area. 5. Contractor will always provide a qualified supervisor on site while any work is being performed including the work of its subcontractors if applicable. 6. Weld County is providing two (2) MOVEX ME 100 exhaust snorkels, this includes furnishing the snorkels only. Contractor is responsible for the complete installation including all associated scopes to provide a fully functional system. Associated scopes include but are not limited to all secondary equipment, electrical, mechanical, roofing, and interior finishes per the project documents provided in this RFB. BID REQUEST #B2300054 Page 8 7. Weld County currently operates on a Delta Control System through SetPoint Systems and runs on version 4.2. All controls and programming for the new exhaust fans and snorkels are to be done by SetPoint and all associated cost is to be included in the contractors bid. 8. Contractor is responsible for all electrical connections and pathways. All electrical connections will be done by a state licensed and qualified electrician. 9. Contractor is responsible for all roofing repairs that may be needed due to the install of the new mechanical equipment. All repairs must be completed per the current roofing manufacturers recommendations to maintain the existing roof warranty. The existing roof is a Carlisle Total Roofing System. 10. Contractor is responsible for providing a final clean of their work area within the laboratory. 11. Contractor will provide the appropriate NCRFL personnel a demo of the system and how it operates. 12. Contractor will include all labor, equipment and materials for this scope and specifications to provide a fully functional system as it was intended in the project documents. 13. All work and materials shall conform to all applicable federal, state, and local codes and regulations governing the installation. If there is a conflict between the referenced standards, federal, state, or local codes, it is the bidder's responsibility to immediately bring the conflict to the attention of the Weld County project manager for resolution. National standards shall prevail unless local codes are more stringent. PROJECT CLOSE OUT: 1. Contractor will provide all manufacturer's warranty documentation as well as all equipment manuals. 2. Contractor will provide a maintenance schedule for all systems and/or equipment as required to maintain all warranties. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. 4. Contractor will provide formal training as outlined and required by all manufacturer's recommendations to designated staff. 5. Contractor is responsible for providing as -built drawings at the time of project completion. 6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. 3. Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Permit. 4. All electrical work will be done by a qualified State Licensed electrician. 5. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 6. All lifting and hoisting equipment shall be provided by the contractor as needed. 7. The projected contract date is expected to be March 20, 2023. Based on this date, provide expected start and finish dates for each phase of this project. 8. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 9. No bid bond is required for this project. 10. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 11. All trash and debris to be properly disposed of offsite. 12. Weld County is a tax-exempt entity. BID REQUEST #B2300054 Page 9 13. Davis -Bacon and Buy American requirements are NOT required. 14. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing Department and is included as an attachment. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion PROPOSED DATES: January 13, 2023 January 13, 2023 January 31, 2023 February 7, 2023 February 14, 2023 March 6, 2023 March 20, 2023 July 28, 2023 Please provide proposed start and completion dates for this project. START DATE COMPLETION DATE FEES: Provide total lump sum cost for the NCRFL HVAC Exhaust System Upgrade TOTAL LUMP SUM BID: $ BID REQUEST #B2300054 Page 10 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 February 14.2023: 1) Pages 8 thru 12 of the Bid Specifications. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300054 Page 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300054. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIF CODE TELEPHONE NO FAX TAX ID # PRINTED NAME AND TITLE SIGNATURE E-MAIL DATE **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** 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 - 7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS1222 BID REQUEST #B2300054 Page 12 I 111111CAMEr m E 100 The ideal extractor for light industry and laboratory environments. With its optimal design, 0 4 inch Movex ME has a very low pressure drop, which provides many valuable benefits. - Low pressure drop saves energy. - Air flow noise is reduced. Lower pressure drop is achieved without selecting a larger diameter extractor. Lower pressure drop allows the ME to be combined with additional extraction systems. To further facilitate maneuvering of the extractor, the models 1650 and 1900 are equipped with a pulling gas spring as standard and the models 2100 and 2650 with two pulling gas springs. An easy -to -grip handle facilitates the maneuverability of the extractor. Unique design and stable mounting brackets make the Movex ME your best choice Support for designing an effective system can be found on page 5, and at www.movexinc.com where you will find our design tool and CAD drawings. The Movex range also includes fans, accessories, automatic controls and filters suitable for local extraction. LOCAL EXTRACTION Pure advantages MOVEX' ME 100 Always choose a low pressure drop Lowest possible pressure drop is a quality aspect that always should be considered. With its uniquely designed joint construction, Movex ME combines maxim Jrr flexibility with low pressure drop. The air passes though the joints without creating unnecessary tur:ulence, thus producing an energy -saving low pressure drop and a quieter working environment. Recommended air flow The recommended air flow for a 04 arm is 120-180 cfm, See table and diagram. Activity Laboratories 120-180 cfm Light industry 180 cfm Air flow Optimal capti re For optimum benefit from the local extractor, it is important to use :he flexibility of the extractor to get as close to the contaminant as possible. A good rule of thumb would be a distance of 2-3 times the diameter of the extractor tibe. At the recommended air flow, the extractor will pro ride high efficiency even if disturbances are generated in -he surroundings. Unique benefits The Movex ME's oints have a patented friction design that, combined with the large joint diameter and single grip handle, prov de a secure, position -stable arm with smooth adjustments. All without the need to apply excessive force or use tools on the adjusting knob. Joints with reinfo-ced ends and ball bearings moderate the friction and a low the arm to be moved up and down while maintaining stability and function. Handle for easy adjustment A steady and easily accessible handle, that provides easy adjustment, is fitted as a standard on all models of Movex ME 04 inch arm. 16 12 Os 0 4 15C 140 210 240 2 C 30 60 90 120 Air flow cfm Static pressure drop is measured in accordance with ISO standard S167-1 MOVEX` ME 100 One arm. All options. Movex ME has a complete range of accessories to suit every situation, enabling you to create the optimal extractor for the evacuation of hazardous airborne gases and particulates. 1 9 sae vet r 4V Standard version Suitable for evacuating most types of airborne contaminants, e.g. in laboratories, schools, hospitals, the pharmaceutical industry, nail salons and light industrial applications. • • • • • PP version Used primarily for evacuating very corrosive contaminants in high concentrations, e.g. in certain laboratories and in the pharmaceutical and chemical industries. ATEX version Suitable for evacuating airborne contaminants where there is a requirement for an ATEX- classified environment, e.g. in laboratories, the chemical and petrochemical industries, gas distribution, and the paint and pharmaceutical industries. MOVEX' ME 100 MET for ceiling cnd wall mounting, 3 joints Standard MET 1150-100 MET 1350-10C MET 1650-100 MET 1900-10C MET 2100-10C MET 2650-10C. PP MET 1150-100PP MET 1350-100PP MET 1650-100PP MET 1900-100PP MET 2100-100PP MET 2650-100PP ATEX MET 1150-100EX MET 1350-100EX MET 1650-100EX MET 1900-100EX MET 2100-100EX MET 2650-100EX Pressure drop Static pressure drop 2.0 1.2 0.8 0.4 f Size (inches) Gas spring A B 0 C 18 14 22 18 30 22 40 22 40 30 52 40 A 18 22 30 40 40 52 A 18 22 30 40 40 52 Size(inches) B 14 18 22 22 30 40 0c 4 4 4 4 4 pcs. 0 0 1 1 2 4 2 Gas spring pa. 4 0 4 4 4 4 4 0 1 1 2 2 Size (inches) Gas spring 8 O C pcs. 14 18 22 22 30 40 4 4 4 4 4 4 0 0 1 1 2 2 Weight (ib) 10.8 11.9 13 14.1 15.2 16.3 Weight (lb) 10.8 11.9 13 14.1 15.2 16.3 Weight fib) 10.8 11.9 13 14.1 15.2 16.3 MET Add MTI bracket for ceiling mounting. Add MVK bracket for wall mounting. ME 1150-100 ME 1350-100 ME 1650-100 ME 1900-100 ME 2100-100 ME 2650-100 Total length of arm (inches) 46" 54 66 76 84 ?I IJ 1, 106" 58dB(A)- 52 46 41 30 60 90 120 150 Static pressure drop is measured in accordance with ISO standard 5167-1. Noise level is measured in accordance with ISO standard 3743. lndicatec so Ind level refers to sound pressure level. 180 210 240 270 Air flow cfm MOVEX ME f00 MEB for table mounting, 3 joints Standard MEB 1150-100 MEB 1350-100 MEB 1650-100 MEB 1900-100 PP MEB 1150-100PP MEB 1350-100PP MEB 1650-100PP MEB 1900-100PP ATEX MEB 1150-100EX MEB 1350-100EX MEB 1650-100EX MEB 1900-100EX Size (inches) A 8 mC 18 22 30 40 14 18 22 22 Gas spring Weight pcs. (lb) 4 0 10.8 4 0 11.9 4 1 13 4 1 14.1 Size (inches) A 8 Q1 C 18 22 30 40 A 18 22 30 40 Gas spring Weight pcs. (!b) 14 4 0 10.8 18 4 0 11.9 22 4 1 13 22 4 1 14.1 Size (inches) a c Gas spring Weight pcs. (lb) 14 4 0 10.8 18 4 0 11.9 22 4 1 13 22 4 1 14.1 Reach at recommended installation height The following installation heights and sideways displacement relative to the work area are recommended for optimal extraction: Recommended installation height Designation MET 1150400 MET 1350-100 MET 1650-100 MET 1900-100 MET 2100-100 MET 2650-100 H (inches) 68-76 76-84 80-88 88-96 92-100 92-100 Recommended side displacement radius, relative to work area -----r Designation MET 1150-100 MET 1350-100 MET 1650-100 MET 1900-100 MET 2100-100 MET 2650-100 S (Inches) 12-24 16-28 20-32 28-32 28-36 52-36 MET 2650 MET 2100 MET 1900 MET 1650 MET 1350 MET 1150 • • • 1 • • • • • • $ • • • • • /, • • • / • • • • • 4 • • • • • • • • • • • •• • t -, • •• Iltlb •_ �• �• - '4 !. • • • L • - t ti • . . • • 70 s 460 6, Sp inch 8 H 20 40 60 50 100 inch 4 / • • • • • • • • • 4 • • • � , . S • . • • II • • • • • •. • . in .•• ••• • MET2650 MET2100 MET1900 MET1650 MET1360 MET1150 .- • • • • • •• • 4 • • .••• •• . • • .• • I' Working radius --- Maximum radius MOVEX ME 100 Hoods METAL HOOD The metal hood is used when working in corrosive environments and for capturing hot gasses and dust splatter Metal hoods can be fitted with work lighting. Temp. range: -5°F to +176°F DOME HOOD The clear dome hood is suitable for lighter gasses with a wider dispersal of contaminants without blocking the user's vision. Temp. range: -5°F to +176°F DOME HOOD The larger clear dome hood is also suitable for lighter gasses with an even wider dispersal of contaminants, still without blocking the user's vision. Temp. range: -5°F to +176°F l fr 22" SQUARE HOOD The square hood is suitable for placing above gases with a high lift, or adjacent to the work surface for contaminants with no lift or low lift — all this without interfering with the work. Temp. range: -5°F to +176°F o - r ___C0 143" 3/e 04 FLAT SCREEN HOOD The flat screen hood is designed to maxi- mise the working area without obscuring the object from the user. The flat screen hood gives the best suction effect for table and bench tasks. Temp. range: -5°F to +176°F PROTECTIVE GRILL The protective grill (mounted in the first joint) keeps objects out of the extractor. Temp. range: -5°F to +176°F Standard Variants Weight (oz) MEM 251-100 PP, FX '. Material Standard/PP: EX Powder -coated aluminum Powder -coated aluminum Standard Variants Weight (oz) MEK 351-100 PP,EX 21.5 Material Standard: PP EX PMMA Polypropylene, transparent PEEL black Standard Variants Weight (oz) MEK 500-100 PP,EX 26 Material Standard: PP EX PMMA Polypropylene, opaque PEEL black Standard Variants Weight (oz) MESH S00-100 40 Material Standard: PETG Standard Variants Weight (oz) MEPH 37S-100 PP,ES, _X 22 Material Standard: PP EX PETG Polypropylene PEEL black Standard Variants Weight (oz) MSG -100 EX a 0.40 MOVEX° ME 100 Brackets All Movex laboratory extractors have as standard a full swivel that allows 360° of rotation without the need to add special sleeve couplings. Both ceiling and wall brackets have a special square - shaped profile in anodized aluminum to provide a stylish and stable installation. This aluminum profile also allows both the wall and ceiling brackets to be custom tailored at the job site. The MTI ceiling bracket The ceiling bracket functions as a simple and stable duct for outgoing air, avoiding the need for expensive ducting and additional holes through false ceilings. On request, the MTI can be supplied in lengths exceeding 80 inches. Dimensions Weight (inches) Standard L (lb) 10.1 MTI 500-125 20 10.8 . 0 MT17S0-125 30 12.8 MT11000-125 40 14.to 8' MT11250-125 50 16.8 v0.t►: MTI1500.125 60 18.8 fil MTI 1750-125 70 20.8 MTI 2000-125 80 22.8 MTF-t - • t ..µ- - '+...�•0 1°,0, tf; -0 120 240 Aur flaw dm 5 0,,(x4) J 0 Ls , nrs 1/4 The MTF ceiling bracket Ceiling bracket, for fitting through beams. The attachment plate is adjustable for the entire length of the aluminum profile. If required, the aluminum profile can be cut during fitting. Dimensions Weight (inches) Standard E MTF-12S 40 (lb) 9.3 As well as the standard design, the MTI/MTF is available in an ATEX (EX) version. The ceiling brackets can be supplied with an epoxy -coated exterior in all lengths. For aggressive environments, we recommend epoxy coating on the interior and exterior 3/se.1 7 03/8 (x4) 010 a 05" N T . . ill 051/4 II.04 The MTI CT escutcheon plate Escutcheon plate, used with the MTI ceiling brackets for stabilization and to cover the rough cut in the false ceiling. Weight Standard (oz) MTI CT -125 4.4 As well as the standard desigr, the escutcheon plate is available in an ATEX (EX) version. MVK wall bracket Wall brackets can be special ordered in custom horizontal and vertical lengths. 33/4 4 112 Weight Standard (lb) MVK-125 3.4 As well as the standard design, the wall bracket is available In an ATEX (EX) version 0 318 (4X ) liK 9,18 k 05" AN co 20170209 Material description friction joints Ball bearing -equipped adjustable friction joints in polypropylene (PP), wit guide ring in low friction -treated rubber.Support spr ng., and other component parts in zinc -plated steel or stainless steel. Tubes Made from thin -walled anodized aluminum or from polypropylene. Air -tight damper supplied as standard. ME Standard The standard ME version has polypropylene joints and anodized aluminum tubes. The standard ME version is suitable for evacuating most types of airborne contaminants, e.g. in laboratories, schools, hospitals, the pharmaceutical industry, nail salons and light industrial applications ME PP Polypropylene joints and tubes version. All metallic par is that are in contact witl the air flow are made of stainless steel The PP version of the ME is used primarily for evacuating very corrosive contaminants in high concentrations, e.g. in certain laboratories ar d in the pharmaceutical and chemical industries. When using a PP extractor fitted to a ceiling, we recommend that you order the MTI ceiling bracket with an internal epoxy coating. ME ATEX Conductive polypropylene joints and tubes. All metallic parts that are in contact with the air flow are made of stainless steel. Static electricity is diverted to a separate grounded connection. All steel supporting parts are lined in a conductive powder coating. The product meets the requirements of category 2 of the ATEX directive (94/9/EC) for gases and dust. The ATEX version of the ME is suitable for evacuating airborne contaminants where there is a requirement for ATEX-classified products, e.g. laboratories, the chemical and petrochemical industries, gas distribution, and the paint and pharmaceutical industries. Delivery Ceiling/ Supplied assembled, excluding hood. The Wall ceiling or wall brackets should be ordered separately. MET Table- MEB Supplied assembled, with attachment plate for table fitting, excluding hood. The MBF flexible table bracket should be ordered separately. lviOVEX 104 Commerce Drive, Northampton, PA 18067, USA Phone: 610 440-0478, Fax: 610 440-0480 www.movexinc.com info@movexinc.com Wolf aiMtsOARD *,FCKLDULE- y_.r.t yy wfait PAWL iS;SECTION _ PIO& _ Ant G• 1 Of r, LIMA PrerelI dolt, ♦ tl' In S:(t AVMyo. nut Ar tkni1Fi.. woo. .MCsa3 i 'tVw ax ti:.4..,a Q!�wtEfi.'�!�`TIE.' P.I 1CA.woo,' • *AA in(Lu n 142% X Ijlf - W. RtI /tL r �CJWr.Slbi�4uG jii.nP.i 24:2PI tali No•fectit+al T IA END {.l_li r -d ;s ►'SX, ‘'5 uA SC ia!+u i It 1 s j S 'VP tar Dte SU • j e I, c dite:2E,GiW POI pa �Esif!it i • t rt a 1 ' �1 1l�' t I anarta ..__.� w 1 ....• ..-prelEZES NitdRialaill la • .)*40W - >iOW --;4.. a -tails* •I . r... A I r1 -. Air- Ott; ...-�.. �..- � a IC :at t'.4iitsr _ :t mot a • . )64•040 II li �w ttt, ‘ °PM- . T 1 � ar I a Most s 1 i I L y 7t ��_I♦� 1 _• -1 I a _ . . +3_ .. a Tt7L I IN ili ♦. • "'•S.. r •. . ♦ .. a • .. "� _.y fvi fv:. 177,5,t boat WEttfri T ..--._..- ref •A kr C E WAre-A SSt? in Ma ?JUST pliLfLjRAI �3p''' i6}4. _ bi las i C.maisiosi *I lk IR:nrlattaaltst +l l tot Wry> K+.4.21 i riwli) set Zit _R au wail t' i t; i T walis&oak ii+ii 4 i i t 4 ` I Irestetilt tir 7.�. :flat { gowetsa , t 'Tt A ‘,4.01,4 t i • •la t 1 Mir Mil Wag '.4.3014; 0 air •. PAM> U3OARD SClc€DutA P*Net ltAh far Lea nj..a.iaMec 1F 4 fi%CTok 'HIRE II II M. L 1 Of - - -; *1 um. 9iraA ,*3Ucs 44 a ts:-.,r Y �rr 'S1p/r.E i Dv. ::u::A C. :K.E t LA SO W C CU: r ----1M rjC3PPEat-J55ic ED NIX A W. Lisa tcG.7atwiO 9:,.cM Il { i katteuLl.Wilt iAlait, Its *Voter, j-ilSa ITM circler- Ora' `4`..'! - IRMO UM !1'F_ Mt ' tiff li'IE` r'lit W.CsC et'•C` A e :w. W ti 4 • e Lrlig is -"Il rill - di Ca s E Irak;awl' i1„ bra 'fa •i t t4 r en.,— t� Da • _ t I • A Y I, 1 r'� it . __ 1 1( � ' y �t ttI A, C a I �-�-��• i _� 1 i T • sr a li 'Is I ri 7i A life 1 a •mkt . ••,: Art_ Wily .»:.'tts�iiay i. i ! d a' ..�_awn _• •. iJY,ti)�a,,ttf��ijay.�$.•.���il��__ 'r07-easit t1�w ' t r ice , . `i i r e �r(- i _, t " — C'ICE W+V♦C /'towerMI5 t DIST ii dttWA: •M la a',li111 raPor ter ftt>•� tr. wi ill eta eL Q. roc pax ' .---' !N' — • .-'•1. r..i) M: �') 1 �- I•wi: SAli•:<.:. •- ) • it • • Aif; bN` .,Fite !4t Li a_ s ditalat I I iiirtui�≥ ,ii7�is:•-------- jI i ie. T$ 1 t 3 t Rill t ♦Alta hint . i t { hArtAsa► • 1 f��6-3 1 �T ' act et• • , ei 1 Atiff 4 V ala 0 •.:t ELECTRICAL DRAWING INDEX AD wasstem c, OM '•' • i •♦ i ' 1 O B.ECTRcCAL SYM60L.5 UST K+ at s1i1Nli 150, SIAM lb lit* ain•I-� fat.° imm aw.•r.a 'Vera SO4CUI us, h••••llti saw JKM I O 1 Sable y ' M. aat} Jts Eo s. asa. Q ataataaann ••• C• aftaialf P.;11,1CC CC S% :1 1 W.kp:APP4i) .KIR POUJAC -*ha 't41 NIL., MC ekii:, Itie tZZCtJiAi tfa'TtAL -o O tllttt.4 CM?RU. )'4r Las rut tltw' WAErr3.E .M.11AZ1dAA li�"tcArE'L tYlt MCA C•Y.. f4: s :ftdPQ•C. h PaCAe0 113 r toi tsa E F►fk .rtiao.a • 4 •,a•JCAila ILT JiA3 E ilPC.'L' _1;•r IA .I&. ttirr•tC/t. V 010•G MQCATEi UltDX.MVCE7.:Fi l i&K,HC• . tAp,rl=ACC ltt r•!Wa,e Flencdtcv .:CJ -.t Pta,1f nua psiatwwwx. arnEai..9U1 ioagits a Icl Mlii-' 11 Mt Mew CA Cu iC ANC ti :Pratt 1- ) S •.'JIT crlc alts eO A» uA •irZvE Ma. aci IsGr. r.'rain :'at .rsat Ctv l Gellt; Kai CEO ;Atha GACsR:rCR 4,Jitatiatl.twwa. 4-01.111)1S 411 OE; bee nay Pa'f.9;.i i7 'LA.. tOuui INS sae so staittanisb GOD 07.04E' Pl3 t>r t.H Wet 'Sr .k*A L4ir.'k(h]F ') t sl U 4 �r 1@) a) 8 dl 6 4 e 825 Si e C Of•i:ot I• (Ci I.$' as mownalal asliai]M US OW: MICKS4ASa/u_S c.l'i^toCY UC!. D.r.a *TIP ! 4C1e �rk;:.::w'.:cs,r.• maws -aa►ta a pia St% eClircialE$REa►T*L' i t Rifax Ors tFORES ECC1 ti alliNGLaj AEC EPVett OURS Daubs an% tic ; DLJr•Eit •C'HUIL iixn':_I ANDASPISAWIIIIIPINta � Sv4CC.OcaRE:Folartt :C%GUM VAL CEICCAOACt.'wl4 ]:twig )M MS MTTLC.. SI CaratiCt tMncrr til.+ • HEAWOUTi flit. tasn, Qi ti.bra •!CI Tonal FLAX '(AVE 7uTt• A /110. (AN !� (Sirigial r>O•.0.1i) E1- .&4AJ, F FAFCA&'tt matt •INE:AICAE rASFEA 1i r•NtCtltn: T4A•a: 3f4C urn CiVt.kitatt tQ� cif" tet9ntr:lrc ean. at +aa,s?Rer Lir I), W to 47 G2CECAM " ('2 'A7)calt IWP.ATH • • e. w • V.+t•1 CO W CO /> 0 CO o U r r W NI LLI cvcc w III cc Uc Z O O 0 I III .._-1 I I r--. _ . .h►•• 43. ✓Cafl' a t4t21Ii a 121042022 *w AS NOTED ••S at -*Asa 42 ELECTRICAL INDEX, LE ENCU AND NOTES E0.00 Cr S V 8 0 ELECTRICAL SPECIFICATIONS r'ART 1 - UENERA;. i a ItlaAt St asst*►i usWIt1 IN ann►ir r ae nstY 'i•OSC4a:t44•St/a•w Omaniin woa rata/ M•.Ittaf llni as •M VMS an Ulna Sea • 4 Saar dial** iaa►i.1•lt MUM at SLY MO MSS !1 —us altPICISIMMuaMOIMMIMIO .44gaa►a't •1aa(Yaaaarara betMMOt.sGa•aoanta11011 n WS •-ta bwattr r-. 1141"^... Illy MN a1tM►MotalMa4Y aalstAlal Wee IMISIM MAO L OAFRMINC OW 113* a tit. as stns► Si F1aL' IOGp N •Ct7Jq,7A lCL Wen nt LA lc AZYT*7 e01 rw1a7 art $aP JCM L 's 'A utt•MVL CXt '144 ta'arw.a b. As nat. G.t4 puGu.M.'IJrN* to a•trw+ G,NCAW R7r. COQ :CCCI '!NI I': Kt MS COMA *In KM* I-. 4A. Grt. MA LEGJI 4..aAltwO► .iF..1.i natte lama • .r'srtlrM• e saws tat 'iu llSaf mar -t u- fa•Iaaa t ft rascal M•IS MI erns IM n MVO 1a IC -Li e*s PM at IS as alleaa a SSP MOSIalalai Itq *Ors Se la b OM a►- —' ass ass sawn oaa ctsb' ate laaata K sag aline •a IM Sarin Warn aft pall • I.• IntJ 71. a M to a•MOIn *east S *alt♦ 1Ma-' •-s'rarC 'ma ea VA Jaipjiss. tni•laslaial amafta la M alal aLlia ameamaltrateemeea•avan OSVa ai-:cir,I t71e an u:Olr Apr ntfa• aw M a Cola Iowan *Sark • alatsPnalas 'saneft tabas MIS 'kelfSs* ' eft. 'raid likr'•AIF4tt MRatwe.tSI ..p.l1aC414rp•..1.ah ,V 44ktn+t*1 rrllwa Mir S - aatnatr *IN wa at4ait• M flaunt susteae e.A•LIArtsa/ Sass aft anal SSA A • as III• prrMOt• MINI 7a— ilra Mlinedal era ?NI Oa1'K'IOtts st I •'!•'. n'.. Err 11.+.314'.1-i': '.t' 1a1L I:Or: Y.(rt.Y Os#scs lasts tal•t arse ON rru•IrSOL• tailN•tJttt►r►UlTt•a tLLY a' 4D ILMMMobalifisare as Si_--aer 1♦ M•trisreaa hE, at a4M•aleaSta asaatalll ran sae a nest c.=sar acat►usure r aria ass. w alga Ota►aaataft aft vat* naall asair Ma ecaaa•'gaslitineaSierftwin, MlerSe vis twee la sac toasts war se oaf udall MSS t.( st-ac. anal a at at a a kar A11•: pa: Ilsr a11frMalikttat S bl ag aaa$1 r aara0st1/a♦ai• Camas ♦aI Star late amaktJ a. -er _U uata •i sir l 14 __s as a a test a as all/ all tea MSS Mal a - Y Pa 40•11.4011 St aut,4w c v•.ma1 qq Sta MalalalttoOfaCao[ata•*Sea. ■eae as tae E•1♦aarrat la s i =40M4011 awls sr .K'.•'+rW "tI[airA•:,7ia awl t •aeMia0 M in Gas •A'vwri M wasps a es MKS awaaa-.Sal we. *la a .ram r .J'aoa Iaas Rail* rbc*...v laalyi SatAtat ila Moil sal Wawa sea; M EU110att allarawall MarMacormasimpam w eat sum. A K ebeer :+e• as Mew La glTas t•ttaaaaIMISIS laaalaaraallaN.lt* *4tI_ILaOWrasilNiisMis M Klats' am •*fRt+am'sin taaanlrrtaf Mal 4lflat CLaaaista►D/ •aa M1taftC• tars M WSW aV CIS M tea- *a Wow •taxwejt• fit a a Ma s a4 ilMat: Ilea SIMMISMfa•a l r.a ass M t M Su eta tII►a 14•aa)n -t felt - t 0 ai %m. IOW aftc tam da *•a alma ar.•aa a Sri Seri* Gtr► 14 I•••• Oaf S •••••41 aa* alommaaa pia 0.• to as rs la b a a as a.O•atLl al Wan as♦aftieMa•raota1INMaaa►lIti.aft**a mallawOa SISMI at • lam at at am Hasa* alit 'Mitts rat a MA' 0-.1 4£W GC aY!-..if :.a:: .. 'NC 044,4r. N 415 .a* M•., i• aviarat st *Sant i 51 -- Atat lO•r Walla taftaa Imulalat 11 IlL la. ILaaars a1 at ant* tea Saws a► fMiaa. S **•sirs •r flat tawsarr rawP•rawelka IPICIMM3Pia ass fl• Its aliaoosc,lan Seaf eannat M IMPS Yeas tilamealleMatt ar tsMeelle ReI-_-twl'fl MPS Nepale11sa tsuml I' .mat al caaletl baguet rat ✓ alleareaalt ai a re le ail feet MaarriltaiftiE ilttOOf3D rts1la; ADM* JaaEil rift;,, + I'. *W WI = *WC Nf Milllttlali SIP *Ina aw _-U fl t M saaaaasr se. as m WGalgv 4114 #WECtt1 'e.rr.; '11 • :J(l%!IVrt;Zan 7,...,1/41 loarattnaslssaara lax an Maas* reach a heap e stm a*st•g sea a ass*' 1MRt11M•.af 1t I cstmaCSIMMtr lbe lisaM Weal.ftlEMS MlSa•ssonetrsure- -aa. wassocamsMISKASHIMMIMrlrala aletl ix*aa.it-..cw Ir-i &inn.. t'.t0a'GCC•O Noes Sans uillraata len 141114 sn 4-41au SO>M Ms tr.- rca.9bnt t Stirlen► tarn I Pant OM IMPS" to *wins Pa,S ill ins cart Seaena[tatr sa----rallatgtOnlaak•fl% alts %Ct aO110uatOtaagttl al dotO•tIO/ala ISIS NOS CI ttan* arcs Ill&at ♦ iMa area Iiial•u •air was Io ea tlataf t.L.'aca IraWe __ a a MSS a it (.Oa ifta salaam • OM SSA N SwlKtaastrawaas.s Pt aaaasiaa *MP titat at as a r 44i astsaa;altM►R5R1 6pAK•taarat..a1: OaaltiIOta4lMLIMaasAs Sawa.* (.t as a all *Bata** t rot haw Cs t-. • :ao.._ aft EIGrrn aic Mssl SRlasa+ 1t Salsa are Se • we ta.sss♦ats N aalSa a • 7.UFmte aP OOJ•W3 JI Tt to fps cat( TO TO i-rlalti*N'� JUS•tic CCtafO.41() aasa.tttaau•tMtOaissar--,- ssap•etaIMOnun- air P tstalo*MI Isatats•Ilitgiiaaaa•alra l asmean tatrees ?f aria 1.1MrPfai S ease Sans Am II • Sat -rte Wei lt AIWA. a X444414420411111MISSIIIS aria* MpAla ads • mesa sa & ail ataaavolif esea en ram at !'t *Calasi'M1Rg4 a O•rt * amt..At. a mlr.atii 'Pea •a l aria VIM 4•0$1M to all* ri PC. be 4.::ZS% ■lipsYart aaSsmt Mt eft.la a fen *MS MSS t Stets* as paenaa asesessans bat Mt deafrIMMIM Mama MU Sala Mee t. lea as nee it USa as nec -.o- SW 'iifl —_-i isms of •, SAW 41.4 Jar 4...a• bay :'' :iallt4: . L•q'Iw WIIGV': Ita•aacslla• Wean A *sta••• t aaainlm/w►: a son ears ILIMPS4biegeseecia!Ccemair MPII MS taps• Stale nalia oriaalt a a MOMS is-... OI **Tsai!:+ a acing. La*mte a w, a aft amass in nets Men Salo anal S tlsl aatVaitw sitinsan IaN:7a IJin an •tuaartfcss t n cams, a sl :C'•tra :LCJT 'n .A(. Male apes a4 Mvftmat taacsaf+at HAMS* lotMasiall, ISO t• M taa.ta tsar na ' e• Sea Ma Jil t n C t s ttE uI TTA:t: a faa a eta Noes. Y•tt►/ M an* haft issa Ns Papas. a•sai/t .x rat taps rr s•aw.►a lit Maga et. sea are► a•aaaaat.aa tau.w IN VII alal**10lioaa Iaaaaall Ma" aurateftPata aaaal•!ta se M is Oa err aaaaoattattaW r asst ♦ namaatai M/►t taafr• aM Sts * St fl gaga OW 4C a llial0l:IP l rwMSs idyll a 70 btaoatila rah rviw mot as,E .,JOitrue-YGSIA.t 5 pot —m=0:5 LMl'v{ ::k iri. r:. • 4:i:•7:i4... -4 :r•aenaIlla sea i saat*f ata . a asa° ha'w's gag tan. ,, s 4I.111134t- W fl mMatt la Was Met me osi NI •[rasa esa situ s in spilt Se as lea sees area we.. ui tact ai Sane Was operstain wags ergs mks *Mils 'act • ti illy les shat NMlVtai Pr1 U4aaa•Ita*I •sOVan v DOM *NUM AtralawI'S IBM ISIS Sark IAatonananain 0,1010WILMI ► I•tTessa Yi7►MaaA•aABalae watt K, altsiasCsa an' —t Xc.fttat•..r•tar krinlINA MaJ nealoa. sat noel a tabilwall a ea Shag Ir.,• a—'-.ySitau W$MsaMMIALWSOSgaaswas lamp► MOM Shat** Oa Its C OMOI M t AM's eats • '1 rims ¶lA S -ant Any'• M'N11 CCO' $o ▪ IMMICIwHaaAa a SS alittalt _LraatlVrwrsaaa►ate* Psi sk r-;:li at au A &NON to u;1 T'atf k raker On t &-i nl r.A+Casa.R L' Mn%YIirk: • IMMiass awl sued- SWe stat aralt MISMOileMSM M se Tara W4 rentslaass sear east seasultssessa eisssiess Sal asomo Ot1AM•cis ZIA K C''A: CM A1:Palma: Gist 144 'KM, Ware c OP ERA MiC AND MAN rEitsalt;t is THUG IKY & cia,'W4,104 $•••• L nira'.e 1•.44 171 C alE917a *Tait !VIM E.iIVlA71aCi t.C EMM7bwct 1•aratttaOaaa a:rR teiGi Itta at tc,scit AAp 4YS1F aE ea 4U.'.JI/AUOV. WI Ut Ilan be seas weal a Air ass ma may as I-:,wa. IAr. Maass atwar si—afMzaY MIs 1s to Si rant WS tat ne n .a . t -I U Pal' G-' -5 Yaraal- G Maas nsVOlanallialOadalmataa ry au Ma a Spa • 04.42eaMaq 14•IS Sal simat ir'lua's +• aa.a:Taal ,pas. PART 2- PRODUCTS saga [aria' au InNaaz 440:4 4,0444.4 NG M•c.•DOaan as -a milaCi l a Se4avvia aahisrsattaaa aa•u►tar sow. Pit+)I Kit 1laPts► tara•1 'OSSIi taaellith IPS alaalwam Sara^ • a01,Ya s se t ▪ WINE n%J ABLE • aaaw!•MIS IIMaResesaaasaall I •Lots Of PI,GaE c ut Sala MI5 Natf, era._ M C'o.a:t *stet W No- Matt 93S hate fl a MmesuallimanstSus m at'riiavral Swath IMS 1 4044 41aK•i• k•a tat -Aably kiaaa'$ S MTT110 .�aYtrC.v Snit. at Pith .!CNJ1' is at '.\.'= UC&S•i MM31•Aar M sar?o..civ a:y Man as en anfYt»*.artSIMP >r•ItMWMs:artld %t11. "1N%." Mr w'lt MS, MIS at iM snag anti a rSL JalBMCM wPat a sate tan MIL SCAM •sat el Salta* - es hafts hlM a**swap lunincat at asaa *NA II Dalee tltp►ssfra•at ZSSooMM t11aw a.sOrlla a** SOW tWellia•►aMSMaafta iE ACNII 30t1-70 a - A.c.Mat um al alga lad 14•44.014414.440 ap 'tSE roc. SAfl s w se LW, tTsstrtaAa M. *Meat at -e atamaratty nara- ar4aaTr net - - asa . aaas Wf ITT lificiltivr berr ALtCatC Seaga ileallell• w11•s en. to •Oft Malcom w.aaaa (0'.HJ* ILA tamSi :;J'C,r 'Vac b -rSS -i- ). Lia5-Rr7:.WAS t'_a.I• it I a Ineaaaca 46..'t a(m..ata aar.Mua•s1 t.iMmumge Metta4 I aaW>Qai <aaalaaa ca. %lfa41 it fl. ,slnot: -t'ass 3-a wale.-'tM:. -Ifs ):, ., ;. Arftakella R•MaS-L Awe m asa Malle Mai n*asNo:es.a•.cut.E'. - MMOINI a a aal.:a:1 MalleKM/il r tot- it a urea* Man assaMtt saillISPIPM a•1 N l t M- flea astar Si tsss-'a a 'a 4'4f M44: et iatit.Sorataasaa•s ac Swan t ass m use aaa vb. "GS a%)%W,_ si e.t 1444. SI tiarasaM►staftala •a•r wI-y area ar • MO/ _'I Mae ea4 t ataa*.vi% Ha. NSA Staab 0S4 *Ws aft • MtsOtal• Sc fiat Oats raL►► COMPaatt[c SOS MI*walaaat.W3a.c AaaaQalrsaleMIS all Wan arrtiat sal wa—i all Tanis* winaa IPSaaax_--rar•Irslta► 14.404i4s•faaN.4an 2aC.J 1 dotal Sa y'A,a ttt !G too f fee Siaa 1,4 . •. is 14 '.:ar:SW 04 *H0.1 EL -ere as t was Ps Ollab aalli *hair alai Orsa►tin► sea' 'Unit GF Ea.4ia*4e a>RaM t•^ ▪ lisaFaaAtwrls.MM•t•• •Ua+Maaa- Mot Mat wart asIVaa Of a. My [**call► alai ►ha s al al brat •aa 1t 4 lassi surwasntOasuel, Sipa ACME! wait* to flaalwMlOMMI a e U M *rasa ••••••C•..Mas e1 NaaafaPwt:. SMIl st cs r.L sAa allot ttc t,AE• a•,ni.t Magi Was ♦*1N amaselri•ti.a as a taas.:.Jt iti. *as .. tfy►. delINClM u•ata •stein. Ala I1Saaat i.aaaaaa•a*Paa: te *Kai • MOON we. wet ac1Na KIWIS St sans at, a onsmoussmIN rise.* SSW& MI Mai ssose.Yeste aan.♦Ma sa Ma,'a IIMMI •l Cot"ar &Oct5•ti COIt7K►:4. itatas >r a **Saab Mat San sag MC1als••••• 1a - t.n•t101aka*.Saltto.IankiMa CO#11Wl Una a •+411041 7l a mmUssect • 14'a susiu ua ss lr iM oa '._- - a•alaa•lk1 •Kra •a . M Ia ► ra sa.Iisraa Ma•EaaJ4 lanisammiaall cant aallaimare beta alt tlrttua feip►ia1;nu a Seas NM •rR Iw4t is Nat Sae arSi A MOW a 7aa i• 1001.. PIK L IM mire enact is as aft YA, S Oftcatureaaft '9f!a '1•I .Ma 6.7r.ES FWD-P_Me OA L'6 T.-& t t4 ,gar S'a't: *an', &. -an Sc____._' sae s alarm* Sara altatrltM aPla K AMP am. aw'sa na taa.I a a ans nail W SY%CNswat fits � fA►S saga vas l.w s_ aan t.toma* MOs at•is %4 is LOCI 4X'UTtE3 R1L 42-ilIlc'LASIi:4:ttMOOa%!JAEt..••r;'aarsfA tGCfre aatlaalo p•• all/ c, aweSt_ara sfussHsin.tetta Ua' tcarralw co: ftamclJ.I 'O Mr' St MOW( ayt.Y'+•F.a.t .L: Otate Itaor.5 Val/itaiis.iilMMtlet.altr►aM1 It IIMt lira /sat aa. WI '.afl sttJ.lrutAa.J-tr'Oua'tun ass.J•J.. 7Ga:Y ,Pwita,.c 'out; t.,L •. 3%lAti ?ti mos" 'a. LK'S IIIMOra ifls saes t SS*, at Saw Pal. pram Ma. tm LVrYaaataa• ea J. S ar at.w as aratHaOr MINIM••••••• a COMM an ?a stoarsaarca 144 404041 uss:AAraaf'a ht L,h Jog 1v alle. as al tatMK.c' a OW a -Data 4, lietlaatnt•Saw aewer sue sflogra,ssecr as..-. .- s PART 3 - EXECUTION 11. �iG!r L elm Gatlas aasaes .suMmaq sass see aaf/Owaa allssovs3 risan i t Sala uaw •alq.itaaM i aas.+t ••r :e: n7Ac • SAS aaMaa•SI}t•*MCI**atria*•asSea 0••••yta IS-_ aMf>tA►a SOW +IRJAIM s ssn SU MI MI wailrnlaaaifs • COatCs s•aa.• SIN Met ale MOMII ll IMILM •Ira Sent t1•p MC'ilSin•eaaMa awI►L_t__L_s umar MMC++tMao ftaan•a'Mel no's a•laa•umale aa't<rmgains MO oaarattt MIRMOM MAW al MINIS as 15 Mat MIIMM ISMS ospaanalaairt asl.g k Yalta* as ft stt►sa.tn.Mas. .:n. Caw.L t AMC 1-CMA&J a'raICS a E a.!• -- MISS& al M, a a a a kINMA .•S>•as S a tLV d •2.4a `. fey,.tai SEM0411~111 Ana .a -IIMPJ a'asg Ira IA eV404.• ccI .A'C .AL S ; M'. sosaa4C aratr Sa. Karla TMs ltsa =ant Vidavaltarapaus sea fewsastaas•m tisMass a. W.( Mn • 'wa ••a►Pilaw* a4/.Ta le ai miss p nee SR N1 •a„staa► • +tr*'-:..-s+aa>.AAP in-auwu. Man* w04httaaa•lN_—_-aft ISO e•D5a Maw scusaaassaaallAlaa.stwee•ism mairrtayou It • aaC.Gsa111ua• latltZZS w.AWnairal *MO Mass GiaaOal•N Naas awn: Stews r atrtl 'i.e nit a. *Seer *taJa Ara. _-1_ U+s • nova *P*M'E' U01A O-r-t's slat• NCII.1/Ma I ussese oust a. rawssl P P r5.6:i72 s4 tsviZ sit .'eta a AAA sr -a•.: 4•'_Y all a J.. a. . ,C'a‘ot G. II .YJ hilt:AI C a.aJMW.T • M«1rflMp.MOSun-tM•aaat •cama+taiaraaca41Waaslitrtt 1•agtp•Msprassutt._ arias sMt nca. AMP ftall JIM owe man I' se Seri.* .a16a► • SUS airs aaftaalialkatall Ma aaim*satsa t au a saws a'yaalaitaa•Sasay'a aft aitna tsaa - as basis rams. was Ina meat' few. S fen rgiseaaatti *test Shia•+* .an rswai n -- 'an wasalaaa *a.aatisollsaarwa r v man' ••••••a•4 is _—e Ile M FJ MIS* IMINWP r Oa tike) a atlas walla *wit co&'t' GC lit :s :;J. WOW( to CAg[%gtJ daft Its V0k4 a, inMCI •Jaa+uuunt:.s-, It1 COW .l44 IC Iu;,/a ant, t sat MI•••*t*st• L isP410.FJ aa.ifaa,•. • cOL%MCIO• YW t ono t %c t 4a•tai Was :a =y Kati , =MOW MO Ca 4010. a*ci a *tm.aiall' Pea aVC'a(WI b Ira,' Kato Crrtl4c lAS L9a1.1J"•a '0 - atJl 40.14 nib tJJHI OsatC *'matt w.a ..'I.i :;a CaaMSat ►IC no ai arJaC: is Oa WC) SPIA KIJnire s +DCO M4i►tlenta taiY► I MPS ISM *5 ;at Sri aKataa $, _taa• liCaftA ass" I OM AM as Weal* Ms- .,Nabs* s dalaftaaapicavaaaaraa -its IMf ••C IOIMIS %.a• as. l an N(s4li 14- I s At . Lb..a _.I:Fi'aI 1 '•E:LIt1Kt7. Y ar11teas Man net il•aatl.st>tasasata i •litwt'if 4 etas anatiatsa UM* soft •aaa•tl f ilma s aaalaa cv.4'AO. .[.•SAO mina tad :... -•• Iota Hiak' c WC W C.t•Al'raat' 0: MIASMA rraalaa•tiwaiwiaalrajsatalad •*AC tabs t4A, 4ACfa:.. :a•Okla Ara- Jr: rtit'.ti etetn faSE :t:nflCl; UAW.: O• Iila :ta l:,Al rtl CO la; i oor a t •atcka -M' .OG = .O.G4E T l.•U Z ar':rtL M Ital 1 rtaaal►t•toa�aaa►a5gl•aatt sca seMe *hawse mas reatttaae a =11 al10•100Oneela0100 II/Ts Ma ♦ .NCiAX Zile -IPA ;kw us, .4k, tarn- :rs4 et iacnAra( t1a1:n WOW.. k.M Mot I ASO Wee rat-• ass line Mon n ilw ar . a Tai that leomMi a mum a , Massa Assn vein stun t• s t 1a/aisaNlfsar caws' tats *ease St at as nme. art eat yam vu - t awr•141 Masi se i*'aa s waft lava Mte.. Own, ▪ ma.tat+ltrsMmnIlueS /Iallrsvice•Mae flL_ 1-wtas MOMS ampaa aa.G a ■tr_S u S in. Maas sassmrrfa Maawo sane./* a'. us tom socoat laaalas at*sal Oka se M 1t Papa :C►.I a wmKlaa *Sala Maass Os Sap Nut ass asc/0at1 f rtatMLaatp atanall_ ill atafta4 o•a/ tw•llttt la rox;Manta. ran to Straw ltatr It lent Aar, yr rtis selikari nnt,Ct eaten& nee Stan MS s.. r( ►Mass **slat arO M Si- iraslaa MaO sr aw aataatlaj art Iliad *Saba psalm mat at a auraea ei naa seesaa. •o:At•-s7 eras •astatTf art alOIM Mare tttaan cat* aataa t fl%l U ,a w ic{.t7 S-nt_1VSJ_.I W era as S aJast apat was. rasa eta Sep at lea 4047.1I Maw al/iasflaaa0.4•64.asan IM•atM Maser Kn nit flan aaaalat*A*Q IO elk nN •OaleMINS • O Of tta4 as M smasse Ralia>•aalMiMSArr*IftMOM :*-G, a, aa:,•btellies int. MOMS MI1.r t'ua•la*asa•7rMf.w-" -sal saals . PJa-I_-ii'alr%C SPa.Mof►saA•a•aCINr•MMiOPne (► Oaftr-t* at aii•t••tw Mica s ass MMas eimaa as Ala Man waiaaa nt sJtictac aa.Jatawwasa n one as A a s• apMl1•'tsus. alivaftaaftwolartaftitaaSZaillt aRaaaet• Via taaatalnal Mat Masi mas alga aa•~It hat r-- a •s►, isCh aaa - cessutrINi j .�2 ENGINEERS 111 .sss INN pc* && rasMb1F. 047 *MAI W tips* r,-. +!f-7{00 r. WELD COUNTY CR 2329 115TH AVE GREELEY, CO 80634 2322113 11:CW 2072 AS NO t c U 01 C12 _ECTRICAL SPECIFICATION E0.01 sat I♦..Wag .tea% WELD COUNTY CRIME LAB 2329 115TH AVE GREELEY. CO 80634 .t tt Pit Al11d. 2422113 t irtmanz AB NOTED .•r G2 C;? • _ • ELEC IR$CAL SINGLE LINE • E0.10 r 8 In r ♦ a S — • r i .T'`' 1.490- .1 - V t I - 14,4 -44 1 4 r + mos�• — 1 PNI. 4- i• las* •• L Y Ss SIEL r 10, 1 r' 1 1 1 1 1 L • 4. 4 1. OVERALL FLOOR PLAN - ELECTRICAL t 1 e_ ea 4iS 1 4 a. ! • • 1 1 • • Poe - .o Ito S • • Soli • •. /tr a L_.. -J t tits' it It 1 • . GS J 1 �,a.. 1004.$- •t L • ♦• I w' I « .00 'it. 1 tot• r -we • Itr Ora. e► — io•Pr • i 40- • 1 • La - I r (I 1 N • LIL 1 11 . a•s.• sm. L'i I l a. .f 1r 1 11 r • 1Lrn 1 I !Ski r 7'"'' [Yl1w ufl +.00.wary ti7efl e1- 140 -wvat- . 'OW *Mk deraa 32GEG0M 1 2329 115TH AVE GREELEY, CO 80634 •*3 NCTEG O2 VERALL FLOOR PLAN - LECTRICAL E1.00 • .• rot Y ►. I MIN I i I w • -- 0- OVERALL ROOF PLAN - ELECTRICAL I I) .. L • - •- Sims -4 Yom+ edf.r -ipa r.eb— ili... f _ •t 1 M t - i ::.. GENERAL NOTES: t r4AC104544.11ieCC! n* WIPING ea) caealtom AT frt 17! 4S 1>t Roam'. =MUM iwaor; ro rn6 stray of ro.x *nix It MI-MOE f T jfltl ' t 6706NZ L'10011bO rYl*ME 354 i1R" = ac'D* seta agici 1 OtitfsWMaj 10749CH • ka11c, 1FlWt7dCALLCUS3Bola']TowG.eEWrSETcamnatca 4l1ATTDG•OSQ1g16 Wet FROM =MG rani Mari MONO fisr.Al Ame r,,, ModlItOtFiM MCI loch missions co; LOC*TcN tab EX 1FF11 [F t?.iniii t atw*rat__ _-ir wKravlUt Cta59Uut 2 MINER: S000 COO0MAtt $i WO LMT 100 i%Ma\TM Cu Spa pTrii gr•-7AOC O12CECOM WELD COUNTY CRIME LAB 2329 115TH AVE GREELEY. CO 80634 271'3 I :riy{l___.2 AS NOTEC G: OVERALL ROOF PLAN . ELECTRICAL EI.O1 8 Yet k 4 1 • — -- — (;) ENLARGED FLOOR PLAN - ELECTRICAL aaaalado CHEMISTRY L AFB 115 -.4 • Al COVE throat :rrat, ar 114 • eAL E 116 CHFM 113 rLi CASES i 112 I CDP't AR Eli • GENERAL NOTES: tea tea+ Ma. nine* at ma am .614 osst a0anai+aIS wI4r**tltw.S as1� a Sits 1 I C1 -b ins lenS14S alit let *a laMIM IMIIMIP al& Iwc4 fl pis MU.•toIS aMMPS saatins ens nrtaut scan ahrrsrta•sart-* tWofO -- - tt Sil t tMseiUIML I G2lieniEFAs. ef.al. GOGDaws 5?l & 1 tW tai • 411101141301•101$ a-ripi cXF.aCI► -em. In p WELD COUNTY CR 2329 115TH AVE GREELEY. CO 80634 IIIINVISKPI 2022143 ►iit742Ci22 AS NOTE(' G2 G2 4.. 0. ENLARGED FLOOR PLAN. ELECTRICAL E2.00 a. s O 8 MECHANICAL GENERAL NCTES }1A##44 A:, If3LA1J•:• •41 r.n4.tIA% 4.. SetattJt nil -Ural a a CT•KA G awr6A•I'•-: _.I - IL,..• •, N t ad aia 100010 way sisal saadallaaallabailablisdalsb►ica Jlas* tiWelliCat-Clat•f.r—###.alas atwnnaanta asUaneap arwow lttata asY SS* l►t altlttaKw ••71) Pa MISSIS la NC ass • wan alaa s Ra OPla aalsnae P L WT - - CGS MINS O1 SWIM nit a4 r_L aaa ism1Mat A •4aulvf aO.:9#K•. srs_ '< u,c1 "'War YAM A4 Nf Jta•in►w. US: a. aaWlwia. to next isGana Ss aaa: tns-_-n wt. a• Ma aaQ . atbau. ail Ossni elna ads t Sad d tat al o Sad as ids as. 0ICUa tilKbasA . P a la anti aid Mat MCC aw*Cra a. MO►aR allq Min Ma r, 11sta• G, nfl, Kali 4.i Ma mow•► a.atalaaq ran* abaft 11a.RW:1.a► SIMS miaal►rJG i n lana Atari S Rata as #Nat a a Ug aW t r. • Sear stns an- .sit. sea ill iiflaPt us ssaillallSO rt~afaa a 7 . L. x•wu1 ' a. (Mats sat .saaansaddamalarisabaibaSsic ►aa striPatla fWsaiMS& a as lesf Sts ad Oast — 1 awalataa s rstft -n •acf0la % r_i• w a►i+•l • • • iaaaA-'tae.Sea filaatfaiSa eaaatatsSae__.j lMwt# MI O 4K Of sokailesa au est as►awat sowc•hTAair ls.a s• n.C 1 A. 11. a 47f✓-•. +4:2010 • CalallaPage.lanallialaillaa$ a►aMn.a r; a'llC•mi AC 6.171 rine i a4.:A: ': dJC Kt CCC98f iO A_ ac -a# 671 i.NStP £ J. dicta N►t tCQ DA1,n CSO.A Slat 1•. Yt3 t t i-e sr►it tna AL it r lac.4trx 101E *I lbsaay.G S 14 :PAWS fIr1001v>--is- la daaMaw macs a 61,4 eg****i-- arlMltreprttt1 t a a .W S t is ladieasl iii,- --t# *a as .0 scam ',Al944:31% A:QC.F'F P tt.A11A1 A-a"MAE.'.M' Al. WALLA' raz 5!::_i5.cata- M').' t .OI�aE`. ". aseassersossaasa 1) TIER StPttCIL 7.141 IC ILSPOMXILI.p Dt #wa&A1C M1C:•ft 0 Stank) 44011:..100. COS0.001 r NEC S l b* NA•Cra. O tit C49f?AtiW 7ts".Eaal cso• a1K.t[ RK#R MP- Cri%c' IA:r_.CCANW'MC Cat OSISLila11OMUM 4114**ctsbaIh•C'tidM!!LI#C#4 MSPt[.ti ccssta.cn)•. MUSS 'AIWIWD REI L Ca MD mlbalt711i:JCOtal 'k:itlf: CArrI H I* 06 VAX R*GVIO•R• OAS WC cis'a'n—a IC :+WSE T-IEakarbOto %AY NO' as 110Witi SI tth.- : S TRO1fVG •.l Mt tt.L SA0 . 04% 0A:10A •kIotaOISCOICONOISICISSabababISM* all#.Malin# MECHANICAL LEGEND a.. Ra lta I t i_-4C a en aaC ea a tar avian -- 4aXS I - 1Y ►TAL L c AM) • \w irk *nit *tin 'LLON PPM Ant Ist2A a.t A-.�• IIIRE 11•a:at •r• k an MI 10.001 Ia*i.•7a:0* 7U RS fii• Kra 718:8#4 AS. NSW alt 4'J[ NAAS- AA: _okra')/).. ►i f Es ra. ICI trr.S#1t* :A rAt. Cb ►4.. IS naaf t Elton Any OS AN McsiDai. alt I al rat JAYS PEI KAM late Ca* 4084ta ad A= Ac_i3PA•S. AWM Oaa.Q/t.PI: •te t• Wad Pant was se X as aA:.lOW1tSt.Son Stl/ .O MX: ►ta* Mae laiaaaia104aaa sot SD '1oU O10.ti I 11• nate ••.Ja'.•t AM4 -MUSS Ma IMPAinii. are) 20'TOIt al lrat Is in. A is. 4• -:mu kg, °K rs4.0 o r% ltA10a N? stir: An MtLATHE ta.5r LAM aa..'sa. IaafeJA*'a SYSTEM hi P.C.J. *11 IFRaj1aaa Mrl la%. t 3:: Selitt11.8b#: uol IC Milli WI%n l It'. 4GQTOF tss fit• nix rE4'PA.fy.a WI sit :t*ATT SIP s*Aitilvi,a'ERCAC=IX tt all 64SC ISA rg a ftu2 Mr IIL sAtM CAM M?le .n: :A.NO. WAYSICat AS ti4:441C aM Tal#164A'Vri SA 1AP.T iA GS GONG/-Cfll1 .b ►,IICS s' CA '1C 4ttaa.• 330 cCee•Cb ra Of sat Inv:. . tINEAf. Fit,1 All ft =SIC Mt _3a YroceAT :or tm vino #74'Pet-tora. '.1 U1W3 •1C1►•IJN:st — m..4 con 411.0a µ#1 CD 'S :e1PE Ata It, 'WA. rfiscaRLl4K. sv aY iesisS #Min s ad 0173c a:lrr 4..i ilk -AM lk• 1. elr/... ilIAi.i#t.i<1GIN .c trt ass suns ye - as :Y 'VA. CLAW. Si tYUOL. ma laatdal tILt.A' Ass T1F 1%ICA :. x eacr o 1t. caw ha IES1 was to .° Arno :lc J4.. ISMS Me T<'D a*•c swi :!J COO% well .a. ali4 Yost' :••• WtwarW Pta. at 1KA, 11.4IItVa►aM:.Aq.r` V Vas `- aL1 las molt C nt v:r: vAis t me vD.tas :7: DeaCV! Cann),. hA 401 AI►.a &ti Va 'Y..t;/Y¢ GAUPS Ifni+. it' tan; x %LNIRI;n•0.On; OE VAiMa.►at-UAtLT 'af _A is aX•AN 'J'f Vara 4111t0tKtpn V"11 vtt^Trf';: SOir sAT i.wt®I% A11 T S'T AA LA; SW. 00 Mr AAC SFY•N:':.k4 !Ca DOW: itriakc.FL. nc ►C !CT INCar Sc YiAtfiCOt•;.w :I: LP LISty Vv' ':.RK-L+ talra. *0) NAIL* IFO'.AE 'af.JP •:g) :Maw 9:AIKlake to. Att %s'a •£1►:9TttWeir.rtAD .4 ICI !' DT- Nt10N+Mfi A'fAR at IL. I•]cMSNc tor Parma smut ttWtJW'-Pt W.Ls hE I'..?tnn Sol. no-, t*#3 ctl au tat • • MOSS•art1vH' .tiOG/lcll ;0.0it. alt-.00AIT0 a r:- &Sag w q, a1Gt w MCA MC OHICIP710,4 tae lolr Mt.z'lls. e i maim ) Vaasa dal 'tic. 1. `, '.. NNW Ot ti DAC . - - • • - • .. RasK aa[ osiehrs111L71R'YaA '- 1048017471.:• - Eta in wk. OE1rial:e. WW.VAId• taa.latac sal► • as v a ac.cwc Q. any wit seam alp ma O sal lama# lit atiM@ _ p- -v anst was- a *at tJ• tbebte 7a► -ea at - Wit ttJa7zaG A Eta Mt - O et tall ads Was • 7 —a O ela'CJa losC Anon © waaa..t1A Is c� IIa a sal aurae .4'o,. ► 0 ass IS `S1 aivei Want IIINV4Ii O aOOO• M a qfh r Sad dellascs DS ils o tea. Grit= METAL ;MSC% WI b sal s► aw,asa A t A atria i�O 1/1 a lilliaal.6$ I :Lc) *IUSlRf7'. ..--yam elm ' nOsat `:ta i sin IO NOatt t cI':Wa4 a wutA'M sjnv* GZaaa nap satasea 'tatty ►7I� r A/41cili#at to h•Y11WQI asst, w e t..-. Iafg1A�. -08...* at. 1 CC1 I le/Ra lash swatb4.L4: nrila a PH CO It r.#82141*. `,_ Y_Jl-_-1 its aaai a clim0 Maw.' IN fitiAtal0#491 $ - �#iaE. 6"1-1 WSW Mee► -0 sic& ammoul 1/11 1 u•oid7 a,tt V MI Jai B CUsaOtt Oar; [--Ca I UPS, aln US MECHANICAL DRAWING INDEX __ • :cat 11g11 .04} wa11CA t•.11t6:�*-1474.7. -'LI • ��, I I ' a WO sons Samaas r • al 1a WC* tami Slim s - - .ate `•�_� aM Laala 11�Mt1t111 a f SUS DESIGN DATA .. LA 1i:v GREELEY ca ALTt1UM Ma i bttSn Mtu D S32 LAI, RAE ....MATE ZONE . AA! toys C'Y+011 Eke: 31.1#,44 Dtaal O11 • a5 •r• tact* MI Id• SS 'IC Mae ell DE•SCat C8 • d •y 'zoo; CO8Ceflta Saadi DOWN O*' wwa maws oa -Gaga 105 Wpm& T100Mc MU DO4C.00E hf0 stER•e tiOtNc Ir^. mMCA. ccx MI MTflpM CWAL r od alatV.; c are me at a t &°PI teat LOCA. AMl1CIMUL1S AbltaAlaal Stt Vti1LilaI Ia fait. I I.VCOC :AMss1;ftlirei;S RPeIEnics ARC •Cftit,R4_M.rMb MECHANICAL DUCT SYSTEM NOTES DM: t ale as RO4A1t0 alt 1►ti ~eta alt at 11,7:1►CV •.a.C.'•ti A^•••••sa•• F •,E tc' lab :.:/lRK 'VI NOM Pt A a sisst*la an #Aquas## asses Sit Co'-Itlart-itassa assatAsadaq.•addat _ -- 15'4 Ot{ ell#. tart* SiltH f INAat% ta►: a vows Ss tad x; .1011 a ant at ACV 'K OW !MA. ass as ca rOL _ ails seam wad I_ must dam avr a Sad tit slaw# Oa , i MS k55, aim' to von stet ; di as l safes ase ••6a.a r ie I 0 asa►l.•l 1alark. Ollain al . , ,ala.._. -.i. T ill * t. ,� f.1 * persTant trem: i wM IO.r1a011 m r 1 IM a alt t-► . :assn.; mom 53CCCOCC *t.rRCET M•aT :QI 9tG AtJ 140C m w 2 WELD COUNTY CR 2329 115TH AVE GREELEY, CO 80634 MO. IEY19O'M6S&E Ma`•a 202210 11f4I2022I ad NO TEL +w .r OS MECrIANICA, _ INDEX, LEGEND AND NOTES M0.00 arstiut • 11E01444.11.= P. AO CCOCAM iCQ.114.4412 nallE.41. tRe 'OR. SUM Hr WCRa44. :1•21•4 ICf1 CA M.14 C11NK:iL 44 4•.,2047. SYMMS • 2 CEatG1s1V1is Tk1 00.4110,101 .1/4, flaws 'C4 !.f Dt *4 A' A 1114Aa tiiECKDs K AWL& 4111tAiCt gran *OM aI s6J1Aa. IAuMOJ M Ra•nna L,cta ttwCOkMA:r AIncsu4401) MSC to i PC10 t;LM Mi to MAP We Oat t') !Ws Ar'rot ca *KA'E Cf C0lictE'a.lt 3CGllt ✓. At iUW !"' if ll)F aM!14La,S t, par •, titSPeCrCenC13 a0OMfW1cs t4A tt infr%CTA■l-=&Rta&MI*11. 4.4 Y.STIOW 31 M wa. Oi .04eSZ: a .•f 3.-042 ft WOfOtJ alp raistlit)14 Dolt N'Mf t 6►DOCNfi'1.a2 .O•M\ at is-a(rt AKr* IW*i! 4O 4-(lly CI MfACA'Ya. ' `D P$ccff)ai 14Th••4 EV1 SIV01WP sionlimat so S to mairlialoaiarn•/sus a10111y1i Nal siksollisstn se1111114154 as S s as* Lass. iyia ' 406 eC 4414 at A CuMINI .a we Aaaflr aaia1•e4a'M.M14..4•aaaWHAM1H►4.44t+0attlS RlWSW *Ms 24114)flS L a's Set e 1t Rai FRS. SI awn ocia esa taC1►laKt 424244 .... I t' a s •ilntsat•'Won atalai ' 4*Sao ac4aQtcasia si no alesaasas saart==tafwtlts to n rtowa*,nis'Pas* 110 lax a we Nam sal siraissapilaii in seat ea NA�t tsaaassa IA S,sallSO Os* ♦liftalaSsuit Saes es 4'M/►ll abs Mla tat !N Ara nw wassirifft wait / ME asiat Illoallines Ist• alit1)42484 4WOL.RK S �0 i*saaton es. anyt1 faith el as tt saw a cam s ill ali -tsios woo a1NJ! Ml R1it><A 7Mrasesa. so•aa0ottas *r ans. vital •0011•20S' 4AasPS et :was owl aeAast At05/a.). ssmaaetust tat taa st-- let staillwos t�lsflea moss aNt ate PISS nn• oar : 40444 10.41.041101‘114 7aA.ass bail MOM IS deRa Slain rf PM 11as MM'altai VC WSW s tulaa.Jl MasO/ 146 is al'M4lfasssilasit as RtM srrsaAa Mi•i. Aaillanansfl ant 2 5 eis tit eta aiY4df ►WWRA' • alas' wanalosaltaaira N M7M4cSw -.....aU�talaalttlllsiwasswtalcala. •wsRL eUtIwNtalpi•t liaaMMate Sea* os M e*4iiall t.Paa :1441 alt sans rN 1444611110 a sits tar a1Ms flea >a scM MAWS S_;SOWS irsn.a Seittal 44401e11Owelll14 MOM WSJ MWaft O S gal isp02••414 alt eAr.l.lalartsllN *IS M5lilaai, oat ltlMtlselleteerg .I Tart tblelealEa seenitsesrLL2Me e be MUM SQwafra *040:4 tall OaalatKfptltfi• IlNIi1a es MiW ISIOOPOSSIPIMICIalla owns Mtn aa1 moan Wilaossilisia ssi shisosoollailsian essatosib MI 810.141 sets" Seas a t.a as a PIW1. faerr Oboe M ass V ca NS mute 1Ratira sass 1s4aa a * aaO, fl -t gonialat A.r0n salad tea Sean else & p- ti aii ta» WWI IIIIM ttsa ••0aia44b1M ttaa, a eaa•s OSI 1sslatistsciaces ra4as3lei Seat giamit fOstaoa ____ SJltaia G•a1 alra Seat t Lips *alt GOa4K! VIM M 4114)014 Oats alai* •Sala• wawa_ la ass* p 1..4iesoataa nine Assa*s Maftaa>t! apaa:AMa7.1 M aaWOWIll r yr is$IC fl l **An mat soma sow swam ~AU g taoce ! is MlsNI:as•1/'a- -n mar.4il (n tai awls warta....s r Jrr Bosse-rsimai slAt)Wevall aspaPt sePlIt4)altarM►ia.q.-kfilriller•ei Sam wows RL t•tailMatt rsMLtt11122✓r�1RtLMlgMMWeFIaOVC►iiaoar, Set etra of KKatt* OMSK* tOI1laMaelesllaMsftaala0 MINAS 24::44, aMM.lataeanttel ♦SA Sot seeneae%Mwatse►$f silts sea tt44Y•a1/�la�ttasig. tuistarsaiic•a•.stag watlUla I100040000a 000.4000IAtr vielslg1M101LOtia sw ij sin K51~1.11~15554,154wa�p�cc San seMarosaienboasnotn stsCaseasetie ssi .ww sew — as Soma eats latet.a1••45.4 0aeai4a0ai•S4a OS is 4taissis aiasais neralka wlaael7etfatorpauhtat al saint 4100 SOW011Wwaaanat tame .*SAS 2 lie IOW awn art'. 1•Mtr1a - ltitatake •4a i tips / Nttllsillist aesli/at N vat •t41• •'hilt 2414 41142. aM aM itastw I'Itaaal O IPS Sat is artsn.LA+at7it w Casa •041ytsaa a Kitt* of S sag& aisidalusalialis Petits Wail on to IOW. Y • aaf laoriaafl.o ► ansi WVassatt*taaa'al ssimoC1•laM14 u5.•lAatSrr a•lnYarn y altniel aaari i-an ' a C. 1st. ea • sat as• ci.laapson at !4 towns w t•44 )1444 $11440 Cal srtlatan I pa'ra M 0554 ws.asaw4t t1sMJswelKillawt tallytlitisolamiltNis W'wM w''et--- '•F Msseta:•stafaft 1jMtimil Wois ass-:CWItM-Rag SKt Pfau Val INS a Man Pa 0is64MaltttlLflt NIRaiaafsniia.s1I1IMOD2::ifit l arseMO.a•Dam n snit tr t aa•a101stRMa4 was war[ natMi • at R Mina as ma 'teats vie tmort ala► lee SS 5a/144C0 tan learn 904024 Stags Ars ieasi is mss * rYatwi IA tea tt*% sissaisani 4,)417! soassailia Nlelaaltta 41 aiaAaa s a tilginli aa. aaa sons . tam alaM't set aft II r-tt:1 s pig an a l aci alga Satan-tsaca ats aneaDeaealalt *at tlPfas/tlAlkiMlaseississaseass1a'*4 agar 2481•SS ails as. 221124:INel/a-A5 I —'l tap as sestratatttat • �al OS Sews* tillalla• Mu 1Atr,..J 455.0 io S *Salata stick AsiOWIdell ands 44441121 lams saw sPrs1ssa10 W'Hlateatd 24.72 •1011011 es SWIM *s UI. rarasa YRaa 04 ow risesteed a-(N..o•SilstltslAaR slst:talALsatea Vial MS wIrt• DS • alas* San 11•4 SOW. 200aitli ••• witilatUla enss plow 4104 rl aIOVOR MS A wain set iris SS 54 saaiMh Sat .IOWN watet a. anal al -al-Mat sran cis has *4 s S Mid 12477, a •aa tUa/sR niue.e ay ariealaw 03•11 44 Mots 2ae3 ails -))'.4 rtaaaa, et* n. - ' ata^feaRais aalja We Milt, at lab% te4 ft DI Its W NI M•'S •salt la Saab Mi ss NSA sea is eta ns•Ytli• Meat Mai aatiantstr atla mo14115154845541`04 tut 550 nem,te tareMut eine saw to Its MISS se ttpaiMis K an n141 aas Iatta ✓ aims wisptsa w 1tr11aeissa•iar.s tat asses Kara eTMAs arcs oilos s galas I4I aNJtc?••EX•OeiISOP ltPA:n :t' akin TG aln7NG 41.120511 f.I. U, Gin -TR.KILIM. MEW e1TM.a' MO* A*MRGVM MOM 'PC Wm Tic?, cu- IOES As at As/058a1 rfi'kNAl :7140i•C 044 LV.1. CAI_rlsa.it Kari kit AS 44O.DIO at *041 taaEA let ti►}t 043C -4•C Pal 14' 2'211 QAi,1LM %10411 k•O C1C?WC 11CN !WPM At Wee Wen 2ty cats Vf flbl 11. ''f aaC411oh'Jt RRtACF3W A w/ALi Mi1Sratrt71. `fi lt-A CHEEC. IL: '1 141 s 115 *I • .) t ''a ♦a MECHANICAL / PLUMEIING SPECIFICATIONS LH 41/1u0r.W 1 a - ccaliCsAtt *iflcu1 .'>1tA• £afa*6f.W'M-.• CC'a110,1r r.:..'+CUC oft, . J �..-•t _. *caw MUM M .taa•ot- AIttAS AV IHl aF : rot 411176 T*a% I I' S72!L'Jtk IIMM SWAMI IS Lae aw Rain IIIAMeaa IMP asaa SR Sea a a plat *4 WS, 0-431•06000100011 III Sae SeneCA'sc f►- - 4••4447IailllagMla. a eseAJIM raaaela Mt w' sa to lalg*..w Li' -mA ;twit rOgg-t a MUNE^ 2211212% se a bell l aailloiC )474 1t4�MMt IA CAWS 11 t 1.4.1as:tt IA44ts4i11 �$4SrOStP en•PO M19i*Sss k•1►1'i tacit *co%twt. ellatlW MC*'r..Ass AI10M(*% star asin- .-S/ 'tsl INS .utaAOlk rsssaaesaoaa 4441:4& mai aM'I a I1 a 'ia006001M/N04GWItKS illesINI WAStMtRWIP•a 4tNtMt. Oos S,44.00 SSW 100IS100000*• loot tat Q A Mae MO la illtartte not ia>ta 415•5 5.1•44104S asN4algasiiflat CPS sias•ori. 1 n 2 wsa attAAaaTMllsMaOa salt: Wan a a ar be Allef1Ka as. MS altar Par aaletasa,ras ttr 1))272'ias:1412:►i1A. /442242 tan as aims a awn AC eat Pitt w r-raaC as T: Matta vi aM 4242nd Ulm** MI )fee aaett a "in =gat sib Iva Salt Ms.la OR [ SOP S•M/ Mt 'Pall Ste Orin" eta P PIILOadal WC PC III Inase 1.1321 sae sitairolaiii tat moos aosioss vat Kiss tat 214:.. a Lai' Solt i-- 4lea a rf sonsma. aseaSae as aft t tJ: ars RMNilta saw s a lows Ana e n sans )Vila el mean al AG Mt 24)-11,1 tar Mliolf—e*441M nag WIC la OS !s 1411;#t (KU KAA`.1fktk AtE't. A':, MA CJILI l.Jeor• M t56T1IR!'ICa. 44,251111 •.L %At' * AD Dv: ".' cis4 Ct,'M fln t 1a17aCFi all PO" 141,1 "OWL AC,A Ot :calls CP,' ;VOW kap ai..ai'5a 1210 al: .L:.a:'ra*u lWr..AtKAeAcAarP..A-14),IOA :44Tp.Mar aalA'A►allAnCu_O1ArCR•daL �cpia t • J 41,010E AC:1.74:00t1 I4 mix 14101440 GliSFw.VAMIN MU Myilt.Irs6 s AU WSW COILS -ilk chat•• t*c CI4 SISAL MCmita atcktaal•±citiia1410.132,6MMVAVii:)KIN Sou I4LI O11tra.ctfA,I isiscal2O an 14214:4 -40 *in %I2 :214'12400 I lu Will 'a 'PEA • '.I'f I AUIt * cg D's Cat 41t,CUSa Can .eMO3Waita0sr042Wier COS7Thor;iMCo.. ta) Ott1ectimmr4A 111 MX 1'811 Sta.. 0L0M1Int'itn[} CYCCRC►iA AJ6,:wAlafitt MAMien. atmm 2+212. 1e1TAA1CarT t/C MACOM 9. In( Matt *s' -'Laity c fYSO AWLS 401101* AM Sri%. Yk 8150: RbAV5M►A•10+. *OCR A.. C\1tcczzts 0. Oi44A I►at ti MRe& LOS C? .$.Cat fs;t If etalr ' E 2,*C iCN sgr.JSS O,aG*S ?alt a a taatE.' Ar•otQ'C Ins aamc Q.i,1ALA;tws, AN s1lit ant time Qua l •AS° 4u a5 91G4tt CALMS LW 10 a WEE Mt 43& at. c CCG IL 4.6C W: Lfal. 'Wit AM aSLE s'aa a Kt. an Paid cat 1*.; M C. Cr t•E Our a : 4Gatt a.al asr••.sec 74425 Ot at 4 s C G' Watt/2.'51 Ia.C! JMEt at M I I Pcn LAX fa.tl•te : • • ilsatAt Shat OIA? ^ryv : JMASi Lsaitr•2 lat. it bill1/44 At OrRPI i Nato'] at tie* IEZia D ►OA aaL714a 6AAiQC -PADS IrAtt BC AIME 11440‘Celtala 4104. ▪ t GAt:at Aata•EAA Alt facn•A9 CaO-acee aPtt •ETJaN ANC, UMW a:tv/as Ni ColsisaasAK KA'LL n •'4 f attar 5SC4 its-•' PO 'VAC ft WPM, ND 'ant Ls s Tl.°JI ax i taA,_ a a•13K ciw.c aa,.alct ro0q aMatr. .7t nnavtt out: : Ara rto •.:1 tax I IS t•)* KcP'tla.L II auto% Li! ALIAS* t flown C lam a:.^S1AP. SM-Sa .I OLAI:act ANS 11.401 it LL! our:, a•4NATaa1. 'O W LL ac,:•C.a1L7N M?M V'ADCM Week 40041046 CLAM 1MR LiC. 422 700. DU.' aP'nrar •.UtU MD ii4V-A2411•‘,V.A../.1 .OIL. C.K.A1iy Mt Pa..a7JK' 1CANZ. Ea Iv Ay, MAAAIICM of ., loligt DOCE *�O,4 U34VC F414 4' O1AICAL 41.2044311A114423 p GI U 5.4 Sara • IPS MORY tat eLlS34:0fra 20 AAt.A 'ti MOT E'atFtMpC MAW !AVM D 4043 aOOa; JE" •GLoa•ED St MARKS Ll :404: nec 211 :aMINALkban l,aWei1e*?. '4 AA1G haltbin reset DDAM.. swact C>a.t4 R•MaS• MAO .00.7 4.1.441.4 s4 Lsac (32 K1aatClt.t.:'K.ta:AATO.eOoaCQFtsa1rJ4. =MKil•`AOKFM141.61aMRPM LL) bai VAt Y1s Li:: AUTO"' CP WA to ISO' IiPraFor, PA( tiox 20/1:1* P. AtitliASS%43A k ILL rE:. oa SSA LL A►Q ,$%ft •IJa sec 1.211.0-.r►RC4 Srtat L(KA rwarAPO PCaTM:M4-mat 446&0,. S• Isl •30.1.44 tat Ulna ESOi MIArIR woos Into • JM 104 *7W) 0142C. as 0'62022 000PPc Alt) Pusan 2A' @M•O 1[11 If POM'S $0I 'WIC AO RATING MC dt. ,rat, LU t. SI.11S MINA:* 9 644.16 4A:O4 O W ACL'L.CAt4C W1.1. tea Cl. Mfg. FMaxk•AtICAC _'AICAatLG. Lt2 Net S COUMWat: WOC. 4CAEr'M' 7F3 E NIS At( 4.lS' f,'t A O'Ms,r *5*' al•M R ttm, Al -1 PiwOIOa/ Woe AM4*U: CYD 1.1041e t4 ►M'OWaM4 ME 11.20. f 'EW 271 :Okcmo #MCI! OAt4tM ItbII AUA.ANC+ 1.5) x1.411, .44CIP:ANCe&. Llia onopispiiimmiorasmmisssD•►ia,H4LtNatiomon4AIWROWE) LIU 4a4 Sala eleaseper.- Sea •.ate 1 tuff 41441.47 Waal l Are st►wa ,OASIS Bait a. a U'1•82 tt M tall hags Lr1Rsl•Aa•ts/a aotra(aa►• sane) Rasa ommo Ki.aaa s 0:2/44 as. •4Ma*a lSca saei IC Ms r* fl 14* ii .'cS-aa 5. u 8001.0 Is vs pose Lill Saba Pea StM%L' Wr4O..ti taaMLMtla► to RCP *Oa l aear(asaat alelalsR44nraQbaiaitt aiaatlatseat*ratc/losewiaan2Sa trakisisw ti_ia 1•M•- n' 'n a•Mewrw• alarglall 11Zt his 4741 'V *Ma Ss Wta 40Oigk n .0i sa a sits is awn rani OMs o •'e dwi aster w Saw 1)404 wee a +a t at wl�+.rn to acnar4ICO laa%LL ra IM • watSit la 'sr, A a'►11sfaMaiia ASAitat►t set fl Iwtono 124144%41144 rY 7M aaal MS a s! Riils:Lt1 Sons 'r biIAa t a ma Ink, • 1s11 :a ESC MICA. al ' kat Nits. !Am lac as. i•RJJORtaf :CR. 21121). LYE Mta.O ieS. * PPJFasicrc aY "ilk W---J-J::. W.'AKitf1•2:50xoiia0.414212*.AtlnacosrRPM 1•itac•WYJ1._JII ocips csui taxi Mati1•SNr . 7111Af. UGC AMC '•Citiast I Chilli •C# rwa Aa:00. Ts; CDZM_ tali* As W' o' 1541 tattle OcCIARM lid,w.t tit L►: c.:a aasAA 104 M-.V.i • mg ••tail* M 114A M .a; 16741091 446C A.:. a:01422. AtmOt'as441 rOIC ILE 1144 ta3Vt0It:PO ".la. iE M O0S' Ttt (AKVA. Gd.lAA 12111E.iL•MX aaCt.'*ALC04. tarww CDsMAC Ta143110SIMle r AMC L OaatE TOM .'7 "E SST 0.3011613111•1113 7 1.111CA110N MVC aft ar. 5 t • �. ws.ca tr4 a ossc acc.TfaAc*Dual ism -ay C41:1•141.; 10002 fnaaefle ailb'vk.G ALL Cat Mt •i1CnC1y Ac' VW Ott •stn. aloe. Waw:cWA. MCcw•al Gahm).: a a..A •04 DCM J t1,1414. 1'f M?ia tW A a'lrt+t(11 V t 'd./N1 1 W Gn(RA '1211111C11.1•4 11:41.. !11 it 11) tta Aan •'. UU •r rtl It *al •I PI al MO tat 000000010 0 •W OM MEP Arm +.• Mel Sa. wageons aalea1Mlsa isisaw awe sat0at'"Pt t I** SI MCOS4172lareait:awaaitarsssaseet*' wpm Mtuoa t44ste/1ltaMaaj4 tan ss I els 3442?IIl111*5%l .w aft SS S MAt■-nita 1aQI *ma Maas to22117i tor • aae.i San 5101,5610051•4445 4P4a. a&S10:01MaSV1l0si1 waitia►a •.K?'511•CO'1'EA';AE LUACIA MIL Is 1LJO'ft* 9'46109 arty Gat' IaoRaE O?K+;).•ty• ti/MR:' 'tots Au AllNit 4SA4 a*A.bf Alta hat AIM) 0 ' tun Pitt SC w QA a. :1 aD 14tC,00810:0l64Sticill411•Miror.H' E[laMEAT Mti:71'°40MOP r•1N.L J.. SotNAST'yViat 00Eta i'F►6 11 • Ja )47.2722 Chia ate I -M t W e s>vta S 2.414116 •1C 4144:, SAtMAt west win sn . M M. 1.372erttettaMINOS ..L3 nova sane.; rt-R71 titrni>M MORlten 4t t. i450iCa* at 14(...atS 0110;41 AAL4:+W.N Y41124110G5W'1),'U'Mkt • ItCad a'SGML.KACC:WINS la VAVAS f4• flat tat4OF VIA Ctfl Ii aMA't 545221 EAA *tar MC Mt* *AAP& PUSS 41%M.4 Ok COMMIse OH 4401144t4 Maret*'O 60.44 Mal n& M Cat.''• #atta Sams.- It ;Luso swans ••111 117 v7ar4K a'JRr 4ta71s Ii. mo)664S.r1 WAI:SCAM L 1.6.) I4 IaA'P CN.'IAA117N 14W1G. SMMOW OJT* CALUIMTAO iA.AACIACVAUEi n• OAAwCun 'cSt-A_C laMsta: ! rI - assEWlrttasaselMlisia N&POOIRWINP2w.2 aaLUttTEartADMs0ntaa 1112E 2,2424 a ra4efl rp (i:l ta• l:'s Tla•si M v tAG a•nl *Ka'i to n- SYS'.at iSt.:O4 $00,4, Puss:) alsosi os ass. !L••.0:War U -al IhAEl lc P*. PM i.G SatUL a1CL0 P$k4AA.k ACA • i•.a&.n .tat 0 1,21.2 3.4 LC':. i b M NNW Santa Meal is; POI slums isio Psi Osatl0.110•16Slat Es-st& Pc KA* 11111 van Sole eat I is oat *iAta+MlaasrSa&MileYALC• #44 lea o os siMt •tin An salt % CS •4n rtMoN PISS AT Oct '0,401.♦ aslant al lei **AA sisissiotammit5 fa MI SIX 31:• Kj4 laaaa.as was pstaatlsttat talc r,a iit10401. a1a10.Caatsa6 •••••4 541 4 4114) as. •nsea Asu Si sees* esossion 4 is a s4 Ma '—await:)) 1labt lass s lsialiama0a0C•tiaaart Isola •if 5* Ossasis RAS SOS a 1.04444 ilioi esara,ii P r ftN"aeC1• f a 1'04240 an -en 1440 'MiC.I 'ac'- S.C. T J Ktutli, * 4 COW!: )o\1 tiIVLL N p -ac' Ci6 0'' 'r•: 1'a'.. NtMCtoas Eut.T CM O.sL•u7VaClag JI otutity.cto4ilklttck$EIi)ve4iYAJ'ttt it. WFt CCII,.ETka:O 210823 rs tfttil is CDka7arAa0. AC franca It LAa11ra. Tat o uric caent .IOt Ow.t I' 'A c cI atM4k aromas *'41 a.' 10444:.. Jai! nnC vtt)4Cdl1SOTGANMs4:aAtWWII WICK WW it plaa14si=emetic.StS..Meat 17Atwo ark, U,et. of P46114 AlCalerat7 ;sr a-43' ICs '014M'm% 1• I 1l:JMMGt. Caia5MC7 zit A,>1a►AilaRltO1 't 1 A. 14 r,aW.a 12)24 is litCESCAR K M' -a hOLLl iq. w nerN IA. MIL Mesa 54 'tin01t. :SOUK? DR DSL T-ORJtC01. M k. LOOSED tea tee see,.Mc Au IJWkS OD 51%s g CZWRINDS.?Gt,11,4 a 011th isasICALCCe-c1O4 rMA M1401t CIA ¶W43 tttt aCJ'.av KwctA;CAr.O..'Meet: MZJQ •OM tag M'Olt toK...406!Itug Rtf- . .44211.c Iart CINISULIINI G2gionNEE AS 5t 3 (:000WAs SEkaWC %XI MM:ATHHCC 62447 :9`i) MSC•?ats1 02a ccm m w U Z O U D J W 2329 115TH AVE GREELEY, CO 80634 2022113 I nca 20;2 a. AsS hCa • -I' MECHANICAL SPECIFICATION M0.01 ,___ _ _ _ .._ _ ___ _ _ -134 0M I +'as(LC t0 O*Alie MU 0:;t Qa S.•Att. BC MCtt twat Fap 31:.YS Srilo% 4:EA'1''♦tth 1'W I S3*' FEET. '41 GsM. J: AMai SWIM :MALL ruts Wa. G novas. iCOC C+tOOMAIu STRE1 We 1-30 TWM':A N l4U ii�'Si 7 460.7401 67C E WA• a •iI1ieau III MA McIIINDSSS P a 16 MAC- WK*tu-taKT a M Atxsrta; ALLASTittall • ins'a Mafiair:A ITC C•IM __ __ _ _- _ tC.1,TD tD tlr'Cn 4.^.d• ACPl1 1 I �� - ' FLA6nMADGamtiFu� .Kti, 1 .,v.s - CAW •i7• OS w- -. - L..:.1 r I�+f I? rw i% 6GKaiY1 :. t .-... , . ••„f ._.--.__----_ u:.••,i l.. L ,:,; tEYct/.G tit. (•.i i-E hc-no% a- ja . 1 W • t ?9 115TH AVE ELEY, CO 80634 DUCT HANGER SUPPORT 3 - EXHAUST FAN 1 N so, a.li7r. lMa,.s. • w. 1 4...) O a ti, W FAN SCHEDULE .01/42. lip nit41 to "T�"'1 D01 O vcurRrt, mu:r�t rAG MANS INOOEI LOCAlG$ SEi7VCE i C$ CW41 F ' 1 roc is gPkl -1 LW ; DRAM F9 1 NOLTSt• VF 6- t Ff0 11 O•TA tts1 vane ILA 1ClE6 ACQUOsi TAG +s uini-thtiEci v lw ua EF,t COOK IG1 ACED 0460 ROOF lAl2 115 IN 16 06 iced-REMAL 2600 ROOF DIRECT 0 s Q#1 ♦ NA DU 1$ A 1.2 1 • EF-1 E`-2 WOK 101 ACED OACCI ROOF 1AC 116 W lei `�� 5 06 Can AFUCIN 2800 ROOF DIRECT 06 12 4 y Y PIM Do 1S • t 3 A FF I 11el�sztw warn M) M1 ki.o .'K FM O4EFI lTKaiiTO 104611.104611.SWISWIGS teeenten I) Gq(;1UItY PROVIDED dtSa;Oit'iI:LT S:'ARCH e I \ in to ROOF ?(F.8 31 EC MOTOR 4, DA=KDRI+FT y:MPc. I JUI I lt EXTRACTION ARM SCHEDULE ot t- gpi•••, TAG MANF MODEL l T rEAD MOUNT /IEAL'M ° SSW* M U 54tAi) iVEKRC AIA4147Ct.L 44)0E1 1lDDEL TYPE RAMS 1RT CFM) MA/C ) my (LOST IOTES EA t Iil0YFZ tiE•ta lAP 124 I,ie-T-1550 MTtS900 !AEI(' 360 GELNG • tt!0 1 I SC • 1 2 • Ea.: MovE ( T.E Ino LAP I :A Mr-16Su MT}3000 NEK•35O CE4.44.3 4 MI / SC 40 ' 1 RwAlts n.n...• • L 1 i• 20221 t s Ititbt s) FACTOR .PtacNDED SD POLY, 2) PROVOS &ACT CCNER PISTE we. 11104•'2(122 I •- AO MOIL • G2 Gil f► MECHANICAL SCHEDULES & • DIAGRAMS EXTRACTION ARM k7 M0.1 0 • 1 1 1 1 1 1 1 i I 1 1 f._ i • M a'ta L 1 r- • 1rV • 1 ' III -i- - ' p • • OVERALL FLOOR PLAN - MECHANICAL I� tit• rs t •• • • S r rr i I .a W4 tFt L 'i• i .43) � ' i:114YV•• • • t iltrApat • L_............:,..... ........•. ryay sr* 'a, -�- krr-. le.. =. las , I 4. • i e r.. 17 pi X& it• se b.& 'Pe I' 1 _ _ q ti 118 i tit r i a- LA; $ K C likis.---s 1 ttj' 44-5 f ♦ . '4. i u° — s 1 • I tuft r� i j 1 • 4. s.• lb 1 LAOS re I 1.i I r t t, 1s • Mr. •. algt- f _ I liked.. •qb.y t - I • 1 I • • wit .t•'• REFERENCE ONLY Mann 2 SW II S stop c.ocou is v+rwr 11•1141 •• GO UDC .PC1 Aso. N 0 a `CE Z: J!•i WELD COUNTY CRIME LAB 2329 115TH AVE GREELEY, CO 80634 2322113 113141M22 AS MOTED G2 G2 - M OVERALL FLOOR PLAN - MECHANICAL M1.OU L d a- elPIF i C) OVERALL ROOF PLAN - MECHANICAL • E r — l r �IMENME, OM al (-�2 tom` S700 =Vat 9ilif nwAl itia: 444 ?IOC 2329 115TH AVE GREELEY. CO 80634 RSAMOVISIS.i2 -�. I. 2GZ2t13 wr i u; 110.21122 AS MOTE Id S -now 32 Gd OVERALL ROOF PLAN MECHANICAL • M1.01 s 0 8 1/15/21X14 ENLARGED FLOOR PLAN - MECHANICAL I 1 CHEMISTRY t AB 115 os a i.7.t..1. u.u.j. 4 I • • I .� AL COVE 114 f( ._!� .� 1 'SALE 1 to CHLM 113 r - r • 1 GASES I 112 �L. Copy ARLA WORK NOTES: a rein too for SAWtf atuft sae sooarw t adbis a s n-c-'aapW t.1i'a?r.s twc a v. (Gpcoma ENEINER9. NMI GOWNS STA!ET nvan. WAT m w cC U Z O U D J W> 2329 115TH AVE GREELEY, CO 80634 • tiQ V"VISYWISSUt 't 2322113 PO vlbet2022 { AS NOTED ca 02 ENLARGED FLOOR PLAN - MECHANICAL M2.00 FAN OR FA INTAKE EXTEND MEMBRANE UP AND OvER TOP OF c.: R8 6O MIL. NON-REINF. TPD kiEvaRAAE 1/2" COVER SD INSUL ED. R 24 HASH ALL OUTSIDE CORNER: WITH 2 PIECES OF JNEUREO �tSTOFOAM FLASHING UM. :1ECK a N I F _ 1 5/8" X 1 5/8" 16GA J2000 CHANNEL O • v 5" - 1 s 00,1 2786 Angie ACK 326 1 5/8" x 4 1/8" ; 5/8" X 1 5 /5" 16GA P2000 CHANNEL P2347 MT- 1000-125 (40") Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Northern Colorado Regional Forensic Laboratory HVAC Exhaust System Upgrade OVERVIEW: Weld County is seeking bids for a turn -key lump sum project to install exhaust snorkels and associated equipment per the project specifications into the existing chemistry lab at the Weld County, Northern Colorado Regional Forensic Laboratory (NCRFL) located at 2329 115th Avenue, Greeley Colorado. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. PROJECT SCOPE: The Weld County NCRFL is needing two additional exhaust snorkels installed within the existing laboratory. The exhaust snorkels will be owner provided contractor installed. The addition of these snorkels will require new exhaust fans as well as the following additional scopes of work including but not limited to Mechanical, Electrical, Structural, Architectural, and Roofing. All work is to be performed per the project specifications and documents provided in this RFB. Project documents are per the following attachments. ➢ Attachment A — Owner Provided Exhaust Snorkel, MOVEX ME 100 ➢ Attachment B — Project Documents PROJECT SPECIFIC TERMS AND CONDITIONS: 1. NCRFL is a secured facility, all persons either working or visiting the facility will be required to submit to a Weld County Sheriffs background check. These will be submitted through the Weld County project manager for processing. 2. Contractor must always be accompanied by a Weld County or NCRFL representative while working within the facility. 3. All work will be required to be completed during the normal working hours of NCRFL. The normal working hours are 8:00 am to 5:00 pm Monday through Friday. 4. Due to the sensitivity of area where the work is to be performed the Contractor will be responsible for taking all necessary precautions and will install temporary protection over all existing surfaces and equipment in the work area. 5. Contractor will always provide a qualified supervisor on site while any work is being performed including the work of its subcontractors if applicable. 6. Weld County is providing two (2) MOVEX ME 100 exhaust snorkels, this includes furnishing the snorkels only. Contractor is responsible for the complete installation including all associated scopes to provide a fully functional system. Associated scopes include but are not limited to all secondary equipment, electrical, mechanical, roofing, and interior finishes per the project documents provided in this RFB. BID REQUEST #B2300054 Page 8 7. Weld County currently operates on a Delta Control System through SetPoint Systems and runs on version 4.2. All controls and programming for the new exhaust fans and snorkels are to be done by SetPoint and all associated cost is to be included in the contractors bid. 8. Contractor is responsible for all electrical connections and pathways. All electrical connections will be done by a state licensed and qualified electrician. 9. Contractor is responsible for all roofing repairs that may be needed due to the install of the new mechanical equipment. All repairs must be completed per the current roofing manufacturers recommendations to maintain the existing roof warranty. The existing roof is a Carlisle Total Roofing System. 10. Contractor is responsible for providing a final clean of their work area within the laboratory. 11. Contractor will provide the appropriate NCRFL personnel a demo of the system and how it operates. 12. Contractor will include all labor, equipment and materials for this scope and specifications to provide a fully functional system as it was intended in the project documents. 13. All work and materials shall conform to all applicable federal, state, and local codes and regulations governing the installation. If there is a conflict between the referenced standards, federal, state, or local codes, it is the bidder's responsibility to immediately bring the conflict to the attention of the Weld County project manager for resolution. National standards shall prevail unless local codes are more stringent. PROJECT CLOSE OUT: 1. Contractor will provide all manufacturer's warranty documentation as well as all equipment manuals. 2. Contractor will provide a maintenance schedule for all systems and/or equipment as required to maintain all warranties. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. 4. Contractor will provide formal training as outlined and required by all manufacturer's recommendations to designated staff. 5. Contractor is responsible for providing as -built drawings at the time of project completion. 6. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. 3. Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Permit. 4. All electrical work will be done by a qualified State Licensed electrician. 5. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damages occurred will be the contractor's responsibility to repair or replace. 6. All lifting and hoisting equipment shall be provided by the contractor as needed. 7. The projected contract date is expected to be March 20, 2023. Based on this date, provide expected start and finish dates for each phase of this project. 8. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 9. No bid bond is required for this project. 10. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 11. All trash and debris to be properly disposed of offsite. 12. Weld County is a tax-exempt entity. BID REQUEST 1/32300054 Page 9 13. Davis -Bacon and Buy American requirements are NOT required. 14. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing Department and is included as an attachment. SCHEDULE: Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Project completion PROPOSED DATES: January 13, 2023 January 13, 2023 January 31, 2023 February 7, 2023 February 14, 2023 March 6, 2023 March 20, 2023 July 28, 2023 Please provide proposed start and completion dates for this project. START DATE 3/27/23 COMPLETION DATE 9/30/23 FEES: Provide total lump sum cost for the NCRFL HVAC Exhaust System Upgrade TOTAL LUMP SUM BID: $ 93,367.00 BID REQUEST #82300054 Page 10 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 February 14.2023: 1) Pages 8 thru 12 of the Bid Specifications. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications and/or Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above Items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #82300054 Page 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1, The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid for Request No. #B2300054. 2. The quotations set forth herein are exclusive of any federal excise taxes and al other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Growling Bear Co Inc BUSINESS ADDRESS 2330 4th Ave CITY, STATE, ZIP CODE Greeley, CO 80631 TELEPHONE NO 970.353.6964 FAX 970.353.6974 PRINTED NAME AND TITLE- iY Shironaka. President SIGNATURE TAX ID # 84-0673636 E-MAIL bid@growlingbearcom DATE 2/14/23 **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** 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- 7. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller GS1222 BI0 REQUEST #62300054 Page 12 ACOR CERTIFICATE OF LIABILITY INSURANCE DATE MIDDntVYY) 03/13/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, 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 Flood and Peterson CONTACT Valerie Love, CIC, CISR NAME: PHONE (970) 356-0123 I FAX 970 330-1867 IA/C, No, Ex. (AIC, No): ( ) PO Box 578 ADDRE-MAILESS: VLove@FloodPeterson.com Greeley, CO 80632 INSURERS) AFFORDING COVERAGE NAIL N INsuRERA: The Continental Insurance Company 35289 INSURED INSURER B : COntlnental CaSUelty Company 20443 Growling Bear Co., Inc. INSURER C : Pinnace' Assurance 41190 2330 4th Avenue INSURER D : Berkley Assurance Company 39462 Greeley, CO 80631 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 2022-2023 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. IM LTR TYPE OF INSURANCE ADDL TX INSD WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERALLIABILITY CLAIMS -MADE 0 OCCUR Y 02095216232 07/01/2022 07/01/2023 EACH OCCURRENCE $ 1,000,000 PREM SES (EaEoccurrence) $ 100,000 MED EXP (Any one person) $ 15,000 PERsoNAL&AD,iNJURV $ 1,000,000 GEMLAGGREGATE LIMIT APPLIES PER: POLICY 0 PROT ❑ LOC JEC OTHER: GENERALAGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE LIABILITY X ANY AUTO OWNED _ AUTOS ONLY HIRED AUTOS ONLY SCHEDULED _ AUTOS NON -OWNED AUTOS ONLY 02095216246 07/01/2022 07/01/2023 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) B X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE 02095216229 07/01/2022 07/01/2023 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED I XI RETENTION $ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N MANY PROPRIETOR/PARTNER/EXECUTIVE I la M IBERExCLEDEI M (Mandatory in NH) Dyes, describe under DESCRIPTION OF OPERATIONS below NIA Y 1436910 07/01/2022 07/01/2023 XI STATUTE I I 2,r E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D Pollution/Professional Installation/Builders Risk PCX650148550721/5086424982 07/01/2022 07/01/2023 Limit: Limit: $2,000,000 $3,650,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Northern Colorado Regional Forensic Laboratory HVAC Exhaust System Upgrade Weld County Colorado its elected officials, and its employees are included as Additional Insured as required by written contract but only as respects to liability arising out of work performed by the named insured. The coverage is primary and non-contributory to any other valid and/or collectible insurance to the fullest extent the law allows per policy terms and conditions. Waiver of subrogation applies. CERTIFICATE HOLDER CANCELLATION Weld County Colorado SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1150 0 Street Greeley CO 80632 AUTHORIZED REPRESENTATIVE /� / (/ /f I ��a.� ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Fortify information Entity Name* GROWING BEAR COMPANY, INC Entity ID* @00001753 ❑ New Entity? Contract Name* Contract ID NORTHERN COLORADO FORENSIC LABORATORY HVAC 6766 EXHAUST SYSTEM UPGRADE Contract Status CTB REVIEW Contract Description* UPGRADE HVAC EXHAUST SYSTEM Contract Desorption 2 Contract Type* CONTRACT Amount* 593, 367.00 Renewable* NO Automatic Renewal Grant rGA nt 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- COU NTYATTORN EY@WELDG OV.COM Contract Lead* SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Requested BOCC Agenda Date* 03/29/2023 Parent Contract ID Requires Board Approval YES Department Project # Due Date 03125;`2023 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300054 If this is a renewal enter previous Contract ID If this is part of a MSA enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contra t D tes Effective Date Review Date* 11/01/2023 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date. 11/01/2023 fi irmatlon Contact In Contact Info Contact Name Purchasing Purchasing Approver CHERYL PATTELLI Approval Process Department Head TOBY TAYLOR DH Approved Date 03/15/2023 Final Ap l BOCC Approved BOCC Signed Date BOCC Agenda Date 03/22/2023 Originator SGEESAMAN proves Contact Type Contact Email Contact Phone 1 Purchasing Approved Date 03/16/2023 Finance Approver CHERYL PATTELLI Finance Approved Date 03116/2023 Tyler Ref # AG 032223 Legal Counsel BRUCE BARKER Contact Phone 2 Legal Counsel Approved Date 03/16;2023 February 28, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: Northern Colorado Regional Forensic Laboratory HVAC Exhaust System Upgrade (82300054). As advertised this bid is for upgrading the HVAC Exhaust System at the Northern Colorado Regional Forensic Laboratory. This is the second advertisement for this project. There were no attendees for the mandatory pre -bid meeting for the first advertisement. The second advertisement had one attendee Growling Bear Construction for the mandatory Prebid meeting, so therefore they are the only eligible bidder. Therefore, since this is the second advertisement, and we did receive one eligible bid and it meets specifications the Facilities Department is recommending the award to Growling Bear Construction in the amount of $93,367.00. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director 03/l an -05(A �C-� 005 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverettAweldgov.com cgeisert(a�weldgov. com cmpeters(a weldgov.com Phone: (970) 400-4222, 4223 or 4216 Fax: (970) 400-4024 DATE OF BID: FEBRUARY 14, 2023 REQUEST FOR: NORTHERN COLORADO REGIONAL FORENSIC LABORATORY HVAC EXHAUST SYSTEM UPGRADE DEPARTMENT: FACILITIES BID NO: B2300054 PRESENT DATE: FEBRUARY 22, 2023 (COUNTY CLOSED DUE TO INCLEMENT WEATHER) MOVED TO FEBRUARY 27, 2023 APPROVAL DATE: MARCH 8, 2023 MARCH 13, 2023 VENDOR GROWLING BEAR CO. INC. 2330 4T" AVENUE GREELEY, CO 80631 BALANCE POINT HEATING & AIR 5854 LOCKHEED AVENUE LOVELAND, CO 80538 START DATE 3/2/2023 FINISH DATE 9/30/2023 TOTAL $93,367.00 DID NOT ATTEND MANDATORY PRE -BID CONFERENCE THE FACILITIES DEPARTMENT IS REVIEWING THE BID. 2023-0508 beiOUZ5 Hello