Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20200863.tiff
DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 December 30, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Evidence Storage Addition Change Order 5 — (2020-0863) After the Crime Lab was complete, the following items were identified as needed by the Sheriff's Office: 1. Different style of backstops and dividers on the mobile shelving units. 2. Adding a new pass -through drawer/door system from office to the lobby. 3. Replacing the parking lot gates that did not survive a wind event. The total cost of this change order is $31,851.33. Buildings & Grounds is recommending approval of Change Order 5. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director °I/oco ec. 6&Crer fl //p 6,/a I 0©Q6 -08-0O3 3000 Q BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Evidence Remodel - Change Order DEPARTMENT: Buildings & Grounds PERSON REQUESTING: Toby Taylor DATE: 12-21-2020 Brief description of the problem/issue: After the Crime Lab was complete, the following items were identified as needed by the Sheriff's Office: 1. Different style of backstops and dividers on the mobile shelving units. 2. Adding a new pass -through drawer/door system from office to the lobby. 3. Replacing the parking lot gates that did not survive a wind event. The total cost of this change order is $31,851.33 What options exist for the Board? (include consequences, impacts, costs, etc. of options): Approve the change order. Disapprove change order. Recommendation: Place change orders on an upcoming agenda so official approval can be done at a public meeting Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro-Tem Kevin D. Ross Approve Schedule Recommendation Work Session YYNE Other/Comments: CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND ROCHE CONSTRUCTORS, INC. This Agreement Amendment ("Amendment"), made and entered into 21 day of December , 2020 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Roche Constructors, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0863, approved on April 20, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendments, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit -Change Order # 5, dated December 18, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CAMCreSnstructors, Inc. Thomas M. Roche Printed Name Signature ATTEST: Weld BY: dirittdv:� Deputy Cler o the : oard APP�ED AS TO Controller APPR VED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair JAN 0 6 21121APPROVED AS TSTANCE: fficial or Department Head -- 08,3 Roche Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Exhibit: Change Order #5 Change Order Distribution ❑ Weld County Evidence Storage Addition ❑ Robert Shreve Architects & Planners, Inc ❑ Office ❑ Field ❑ Other Project: 20013 - To (Contractor): Weld County Evidence Storage Addition 2329 115th Avenue Greeley, CO 80634 Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Contract Number: 20013- Weld County Evidence Storage Addition Change Order #: OCO 5 Owner Change Order No. 5 ACO Seq #: 30 Change Order Date : 12/18/20 You are directed to make the following changes in this Contract C.O. Contract Item Item Units UM Description Unit Price Amount 1 OCO 5 LS Owner Change Order No. 5 31,851.33 Total For Change Order: OCO 5 31,861.33 $26,091.00 New Backstops and dividers on mobile shelves, evidence pass through, new gates $1,200.00 Saw Cutting $850.00 Carpentry $300.00 Metals $213.31 - Liability Insurance $229.23 - P&P Bonds $72.21 - Builder's Risk $2,895.58 - Overhead and Fee Total Change Order - $31,851.33 Not valid until signed by both the Owner and Architect. Signature of the Contractor indicates the Contractor's agreement herewith, including any adjustment in the Contract Sum or Contract Time. The original Contract Sum was The net change by previously authorized Change Orders was The Contract Sum prior to this Change Order was The Contract Sum will be increased by this Change Order The new Contract Sum will be The Contract Time will be unchanged 2,384,700.00 62,834.75 2,417,534.75 31,861.33 2,448,388.08 Authorized By Owner: Weld County, Colorado 1105 H Street Greeley, CO 80631 Accepted By Contractor. Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 By: By: _ Date: Date: POW Signed b/ Thames M Rode ON: Cd13. NMnbdwel,celermlmtivI.0. 0= ROdM Cnnolmcbm. be OU,Ptged MmsOM'. CN= T mo m M ROOM' oW: YOi ST%1303.1.0700 1 Roche Constructors Inc. Date Forst - MM/DD/YY CustomPMAppChange0rder.rpt Page 1 12/18/20 04:02:22 PM December 18th, 2020 fitSPACE SOLUTIONS Thomas Roche Roche Constructors, Inc. Greeley, CO — Additions —Weld County Forensic Lab Dear Thomas, As requested, below is the standard pricing for back stops, dividers and a package receiver. Back stops, file dividers and package receiver • Qty. 312 - 48"W back stops • Qty. 60 — 42"W back stops • Qty. 30 — 36"W back stops • Qty. 672 —12"L file dividers • Qty. 1- 24"W x 24"H x 18"D o Model# - CSE-ATX-SSPR Material and freight cost: $12,779.30 MOTUS Please note that installation is only included for the package receiver. Back stops and file dividers to be installed by end user. Our current manufacturing lead time is 12 weeks after receipt of order and all submittal approvals. Sales tax is not included and will be added at time of order unless stated otherwise or we're presented with a tax-exempt certificate. Final delivery date will be coordinated and confirmed. Sincerely, Jake Schwartzer I Sales Executive Motus Space Solutions DIRECT/CELL:: 608.516.2650 WEB:: www.motusspacesolutions.com fir SPACE SOLUTIONS MOTUS motusspacesolutions.com I infoamotusspacesolutions.com 1 844.947.4250 �Bin�r�c Quoted Binford Supply Dacono PO Box 800607 Balch Springs, TX 75180 Black Eagle Fence Inc PO Box 295 Loveland CO 80539 Te1:970-567-0007 Fax:970-667-1242 Ship To PR/CE QUOTE Phone 844.424.6367 Fax Page 1 Printed 11/23/20 JLM Black Eagle Fence Inc PO Box 295 Loveland CO 80539 Quote # Q027831 Jab lD Quote Date 11/23/2020 BcP D to 11/30/2020 Customef # 0005440 Customer Terms 1% 15 Net 30 Days Customer P10 # 20X6 3R DDG MP Ship Via Writer JLM Salesman Sam Thompson OTMS002000 MISCELLANEOUS 4 leafs 6'h x 10'W 3rai1 Majestic Montage Plus to make 2 DDG at 20x6 Ameristar # 1wmb370-120 OTMS001800 MISCELLANEOUS DDG gate kit 4" post to 1.75" gate end Ameristar code HGBS-4 OCFGHBH7 7" BARREL HINGE ALTERNATIVE OPTION FOR GATES NEED TO WELD ON***** **************************** EA EA PR 4 2 4 1512.50 334.55 28.215 6050.00 669.10 112.86 X: (Accepted by) Sub Total Freight Misc Charges Tax Amount $6,831.96 $0.00 $0.00 $0.00 Total $6,831.96 MESSAGE THIS QUOTE IS VALID FOR 7 DAYS FROM DATE OF QUOTE Customer is responsible to verify quantities and materials. Our Company assumes no responsibility for takeoff obtained from a drawing. TERMS PROPOSAL/CONTRACT BLACK EAGLE - -FENCE-4(-- QUOTATION: CUSTOMER: Roche Constructors Greeley CO Notes: Black Eagle Fence Inc. 5441 Boeing Dr., Suite 1B Loveland, CO 80538 970-667-1228 blackeaglefence.com DATE: 11/23/2020 JOB LOCATION: Weld County Evidence Storage Remove gate operators and damaged gates. Install new 2 x 2 steel tube gate frames with 1/2" expanded metal attached to the outer surface. Gates will then be powder coated black and installed on existing posts Re install gate operators on the new gates. TERMS & CONDITIONS Workmanship is guaranteed for a period of 1 year from the time of final acceptance. Any defect judged to be covered by this guarantee will be replaced, repaired or adjusted by Black Eagle Fence, Inc. without charge during the term and conditions of this guarantee. This excludes any defects as result of owner negligence, vandalism, or causes beyond our control. This guarantee is non- transferable, in all cases, withholding of funds or non-payment of balance when due will void this guarantee. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders and will become an extra charge over and above the estimate. There can be additional charge for tools and materials necessary should adverse digging conditions arise. Black Eagle Fence will not be responsible for settling of any foundations, sewer, water, gas, telephone, electrical dug by others or finalized landscape grades, or damage to plants, trees or shrubs. All fence lines are to be cleared by owners prior to install to provide at least 18 of space for safe construction. Black Eagle Fence is not responsible for damaged to columns, underground sprinkler systems, drains or other private or secondary utilities. The customer assumes full financial and legal responsibility for property pins, boundaries, easements, right of ways, and subdivision covenants. Subtotal $ 6479.50 Tax $ 0.00 Grand Total $ 6479.50 Down Payment $ BALANCE DUE $ 6479.50 Approved & Accepted for Customer: Customer Date Customer Date Accepted for Black Eagle Fence Inc.: Page 1 of 2 Salesperson Date Black Eagle Fence may require a material deposit, prior to ordering materials. Balance of the contract is due upon completion. A 4% processing fee will be added to any payments made by credit card. The above said owner agrees to pay reasonable attorney fees, court costs, or collection fees incurred by Black Eagle Fence in the collection of all or partial non-payment of invoices. Black Eagle Fence reserves the right to bill for mobilization and/or down time when it results from customers actions. Black Eagle Fence shall utilize all legal means of collections, at customers expense, if balance is not paid when agreed upon and herein stated. Completion time allowance must be made for weather issues, availability of materials and conditions beyond our control. CUSTOMER INITIAL CUSTOMER INITIAL SALESPERSON INITIAL Page 2 of 2 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 October 7, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Evidence Storage Addition Change Order 4 — (2020-0863) The Evidence Storage Addition construction project has encountered issues which necessitate a need for change order #4. During the construction of the Evidence Addition the following items were not identified on the plans but are needed: A. Mineral Wool stuffing is needed where the walls meet the ceiling decking in order to contain the smells of drugs within the vault. This will prevent the entire building from smelling like marijuana over time. B. Lintel is needed at door 119B to permit the overhead door to operate correctly C. The brick ledge was one and a half inch short from being supported due to how the ribs in the metal building's underlayment protrudes. The most economical solution is to provide a hybrid lintel and curb support. The total cost of this change order 4 is $9,597.62. Buildings & Grounds is recommending approval of Change Order 4. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 10/1212® 64 Crris&) /o//_2/0-0 2020- ©g63 3G-ao22 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND ROCHE CONSTRUCTORS, INC. This Agreement Amendment ("Amendment"), made and entered into 5 day of October , 2020 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Roche Constructors, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0863, approved on April 20, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit -Change Order # 4, dated October 2, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Roc e Constructors, Inc. Thomas M. Roche Printed Name Signature ATTEST. Weld BY: ,Adritm) wx&o:ti Deputy Cler it the : oard �`AE�VED AS TO FU ING/� 1-0_, .L.2 Controller APPROVED AS TO FORM: 1 County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair OCT 1 2 2020 APPROVED AS TR9SUBSTANCE: lected Official or Department Head ooat°-084'5 oche Constructors* : Inc Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Exhibit: Change Order #4 Change Order Distribution Weld County Evidence Storage Addition ❑ Robert Shreve Architects & Planners, Inc Office Other Field Project: 20013 - To (Contractor): Weld County Evidence Storage Addition 2329 115th Avenue Greeley, CO 80634 Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 You are directed to make the following changes in this Contract: C.O. Contract item Item Units UM Description Contract Number: 20013- Weld County Evidence Storage Addition Change Order it: OCO 4 Owner Change Order No. 4 ACO Seq #: 19 Change Order Data : 10/02/20 1 OCO 4 LS Owner Change Order No. 4 Total For Change Order: OCO 4 $2385.00 - Mineral Wool Stuffing around the evidence room, with Hilti CFS-SP sprayed ontop of the mineral wool to not allow air transfer. $680.00 - Added Steel Lintel at Overhead Door 119 B Per RFI #38. Labor to Field Drill Attachment holes $1605.00 - Install and Adjust Lintel on East Side, Intalling temp. intall and provide wood support as brick ledge $3900.00 - Added curb on top of walk per RFI #40 $64.28 - Liability Insurance $69.07 - P&P Bonds $21.75 - Builder's Risk $872.51 - Overhead and Fee Change Order Total - $9,597.62 Not valid until signed by both the Owner and Architect. Signature of the Contractor indicates the Contractor's agreement herewith, including any adjustment in the Contract Sum or Contract Time. Unit Price Amount 9,597.62 9,597.62 The original Contract Sum was The net change by previously authorized Change Orders was . s 1 s • . n . s ♦ n ., • . s s i s ♦ . . • . • The Contract Suns prior to this Change Order was The Contract Sum will be increased by this Charge Order ............. , w , .. The new Contract Sure will be . , The Contract Time will be unchanged 2,364,704.00 43,237.13 2,4{7,937.13 9,597.62 2,4'17,534.75 Authorized By Owner: Weld County, Colorado 1105 H Street Greeley, CO 80631 By. Date: Accepted By Contractor: Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 By: - Date UprtaRysgnedby Thornao M nacho {Ai4'w.4, E!rs-x*+eF`=rirecn et::ccan, ap tlidsCtras.tu•Y, <� eitieWital CW-Thorro;M Rcrtw' e,e errm.,,,.or,,.rs.r!06rxt 1 Roche Constructors Inc Date Format - MM/DD/YY Page 1 10/02/20 10:58:54 AM CustomPMAppChange®rder.rpt United Insulators ;CA k/rvder company. September 30, 2020 Roche Constructors Inc Job: EVIDENCE ROOMS-ROCH E Project: 15642 Location: 2323 115TH AVE. G R EELEY, CO 80634 Number: 44743 700 SE Oralabor Rd. I Ankeny, IA 50021 P 515.292.5714 I P 888.292.2382 F 515.965.0671 I viivw.insulation.net Branch Office: 575 Osage Street / Denver, CO 80204 Lee Gonzalez Plan Date: Acknowledge Addenda #: None Mobilizations: TOP OF WALL -EVIDENCE ROOMS TOP OF WALL - Mineral Wool Batting - 4" SAFB 16x48 WHITE -OVER MIN WOOL - Hilti CFS-SP WB Firestop Spray S gal • Excludes the following: o Rigid insulation o Fire stopping/caulking o Air sealing between units o Acoustical sealant at interior walls o Thermal barrier over spray foam o Any other insulation not mentioned above o Any work to existing building o Davis Bacon or ether prevailing wages o Bid and performance/payment bonds Pricing EVIDENCE ROOMS-ROCHE - 9/30/2020 - Roche Constructors Inc P, ckage 1: TOP OF WALL -EVIDENCE ROOMS $2,385.13 Please review the terms below, sign a .,sd return a cpy of this proposal to our office. No work can be started without a signed copy on file at our office. Accepted By: Signature Date Our quotation is based on the following conditions: 1. We anticipate installing this project in 1 mobilizations). Additional charges shall apply if additional time or trips are needed due to sequencing or construction schedule changes outside of our control. 2. Thermal insulation specifications frequently include products inapplicable to our scope of work. For this reason, rigid insulation is specifically excluded from, our scope unless explicitly called out in our proposal. 3. Insulation thicknesses (if noted above) are nominal. Some variance will occur. 4. This proposal excludes extraordinary measures to achieve HERS or other ratings unless specifically noted in our proposal. These exclusions include but are not limited to: Caulking at rim joists, sill plate, and attic interface, air sealing at unit partition walls in multifamily buildings, and air sealing or other items due to unexpected framing details. Such services may be available — contact KCS for details. IL' ATE- YOU. WE DELIVER. www.INSi)LAiION.net • 888.292.2382 9/11/2020 Change Order Print BAKER BUILDERS ascPeCe more Change Order Owner Info Job Info Roche Constructors 361 71st Ave Greeley, CO 80634 Phone: 970-356-3611 2329 115th Avenue Greeley, CO 80634 20028- Roche Weld County Evidence CO ID Printed: Sep 11, 2020 5660 Iris Parkway, Frederick, CO 80504 Fax: 720-552-6762 Phone: 720-491-3427 20028-0003 Change Order ID Created /' Approved Date Price 20028-0003 Created: Steel Lintel RFI 38 Cost Code Title 05.10.30 Structural Steel Status Approved by: Sep 11, 2020 $680.00 Description Description City/Unit Added Steel lintel at overhead door 119B per RFI #38. labor to field drill attachment holes. Signature Date Approval Comments Unit Cost Price 1.00 $680.00 ! $680.00 $68O.00 Please Note: A signature of Approval OR Electronic Acceptance is required before change order is effective. This change order becomes part of the existing contract. TOTAL AMOUNT OF CHANGE ORDER: $680.00 https://buiidertrend.net/app/ChangeOrder/Print?ids=32703778sortExp=0&sortDir=asc 1/1 Prestige Masonry, Inc. Customer Roche Constructors, Inc 361 71st Ave Greeley, CO 80634 970-356-3611 Point of Contact Victor Villasenor Oty Item 16.00 12.00 Labor 1.00 Material Contact Phone Number: Office: 303-875-3209 Project Description Hours to install and adjust brick ledge lintel on east. Two employees, 8 hours each. Installing temporary wood support as brick ledge. 2x4 wood material used for bricl ledge. Change Order Date: October 1, 2020 C.O. #: WCCLS - 002 Weld County Crime Lad Storage 2329 115th Ave Greeley, CO 80634 Job WCCLS VitiCCLS WCCLS r7.10 ; F ��r} _1 Ave - '201 - Commerce ry Coloodo 'x€."029 Due Date Net 30 Unit Price Line Total $43.24 $33.24 $185.00i Subtotal $ 15% OH&P Total! $ OTIcd i 303j 875-3209' 691.84 518.88 185.00 1,395.72 209.36 1,605.08 FO Box 268 Littleton, CO 80160 303.274.1877 FAX 303.274.7995 Name 1 Address Roche Construction 361 71st Avenue Greeley, CO 80634 1970-356-361.1 FAX 1877-329-2724 FAX 1970-356-3619 ange Order Date Change Order # 1.0/1/2020 205624 Project Description Project : Added Cost RFI 440 Weld County Evidence Storage Addn Description Total Additional cost for added curb on top of walk at weld County Evidence Storage 3,900.00 Facility upon receipt, monthly interest of L5%, & attorney's fees ,- Payment due • i Assessed f a ��l be a s ed o past due. �nii $3,9a®.00 This document is considered contractual until another written contract agreement is agreed upon and signed by both parties. Signature DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 16, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Evidence Storage Addition Change Order 3 — (2020-0863) The Evidence Storage Addition construction project has encountered issues which necessitate a need for change orders: 1. Change Order #3. During the construction of the Evidence Addition, a new Evidence Manager was hired by the Sheriff's Office. Subsequently, a review of the construction project identified changes to the scope of work that were needed. These items were not identified during the design phase and consultation with the SO. However, the new Evidence Manager has identified these as necessities in order to comply with proper evidence storage, processing and security. The brief description of each is: A. ASI 2: is for additional concrete work needed for one of the walls in ASI 3 (below). The cost is $2,963.29. B. ASI 3 is to add two secure doors (with walls) to segregate office functions from processing area, and the processing area from the long-term storage area. This cost is $2,099.82 C. ASI 4: is to add secure refrigeration drop-off and storage. This is very specialized piece of equipment that allows afterhours evidence to be placed on one side, secured, and removed from the other side during business hours. If ordered today, installation cannot be accomplished until the January 2021 timeframe. But the prep work can be done by creating an opening during the initial construction. To accommodate opening in 2020, a temporary closure and remobilization are required for installation of this equipment. The total cost is $33,037.31. The refrigerator alone is $23,169.00. the remaining cost are the wall changes to accommodate placement. The total cost of this change order 3 is $38,100.42 Buildings & Grounds is recommending approval of Change Order 3. 9/O,c cam: �D &(-rr/csay g a.5 -ate 9_cA,o- 0963 ©02 2 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND ROCHE CONSTRUCTORS, INC. This Agreement Amendment ("Amendment"), made and entered into 14 day of September , 2020 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Roche Constructors, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0863, approved on April 20, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit -Change Order # 3, dated September 10, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Thomas M. Roche Printed Name Signature ATTEST: _ Weld Co BY: dirriwt) sdia;d1 Clerk to the Board Deputy Clerk the APPRO AS TO FU 22 Controller APPROVED S FORM: /t .% County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO c_ Mike Freeman, Chair SEP 2 3 2020 APPROVED AS T UBSTANCE: ected fBfficial or Department Head o — og4.3 Roche Constructors, Inc. Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Exhibit: Change Order #3 Change Order Distribution Weld County Evidence Storage Addition Robert Shreve Architects & Planners, Inc Office Other Field Project: 20013 - To (Contractor): Weld County Evidence Storage Addition 2329 115th Avenue Greeley, CO 80634 Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Contract Number: Change Order #: 20013- Weld County Evidence Storage Addition OCO 3 Owner Change Order No. 3 ACO Seq #: 18 Change Order Date : 09/10/20 You are directed to make the following changes in this Contract: C.O. Contract Item Item Units UM Description Unit Price Amount 1 OCO 3 2 OCO 3 3 000 3 ASI 2 ESD $2,646.00 ASI 3 White Star $1,875.00 ASI 4 Rough Carpentry - $1,600 Collins - $3,261.00 Aglasco - $140.00 MS Drywall - $1,010 00 Craftsman - $320.00 Motus - $23,169.00 General Liability - $255.16 Builders Risk - $86.38 P&P Bonds - $274.21 Overhead and Fee- $3,463.67 Total: $38,1'00.42 LS ASI 2 LS ASI 3 LS ASI 4 Not valid until signed by both the Owner and Total For Change Order: OCO 3 Architect. Signature of the Contractor indicates the Contractor's agreement herewith, including any adjustment m the Contract Sum or Contract Time. 2,963.29 2,099.82 33,037.31 38,100.42 The original Contract Sum was . The net change by previously authorized Change Orders was The Contract Sum prior to this Change Order was The Contract Sum will be increased by this Change Order The new Contract Sum will be The Contract Time will be unchanged 2,364,700.00 5,136.71 2, 369, 836.71 38,100.42 2,407,937.13 Authorized By Owner: Weld County, Colorado 1105 H Street Greeley, CO 80631 By: Date: Accepted By Contractor: Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 By: Date: t "tit brag Para M More J.e. VII. 8V>fsonae�ar.+uo+ cve tt��wlss���aa � .-01 • "witted Y/yM • telt -fins Y Ever ar tar M20 es lilt it !scow 1 Roche Constructors Inc Page 1 09/10/20 02:48:38 PM Date Format - MM/DD/YY CustomPMAppChangeOrder rpt ESE PO ox 268 - ]Littleton, CO 80160 303.274.1877 FAX 303.274.7995 Flame / Address Roche Construction 361 71st Avenue Greeley, CO 80634 1970-356-3611 FAX 1877-329-2724 FAX 1970-356-3619 Ch r hge miler Data Change Order # 6/3/2020 205455 Project Description Project ASI #2 Weld County Eveidence Storage Addn __ - „' Description - Total Additional cost for ASY #2 "See Attached Breakdown 2,645.50 nf, r ; Payment duettponlreceinf,',`mdatiily interest of 1.5%,,& attorney's fees will be,assessed for;pag't due. ': -, ' ' ' '$2,645.50 Total This document is considered contractual until another written contract agreement is agreed upon and signed by both parties. Signature SIMS lid Cotiiityladaiiiii:StOrses �dition Divisional Change Request Summary ASI No. Stole City, ST Scope of Work Descripthon tkoeira cUst for A$1 Rt aa>tei Concriite Ir. Fuuting Scour ul Yro*. Description Um!** NCr MN Concrete Concr eet Concrete Car -rots Concrete Concrete Materials Form Metenals Reoar Labor Concrete Pump CY SF Ter, 5 0 IS 140 00 5 700.00 65.0 3 450.$ 29250 0? $ 1.30000 s 25000 s s . FA 17 50 s 55 00 $ 962.50 s. s s Concrete Pump • • f 1 00 $ 190.00 • • 190.00 -s s s s s s :s s s 's +_s s s E s s s s 's s s s s � s 700.04 292.50 2$4.00 962.50 190.00 Subtotals S 1.262.50 1 S 962 50 1110.00 S : -*0E CC• S OH&P 10.00% t 240.60 *WHITE STAR ELECTRIC 15849 HARVEST CT BRIGHTON, CO 80603 Office@whitestarteam.com Alma@whitestarteam.com Office: (303) 709-2318 Alma: (702) 235-9292 CHANGE ORDER REQUEST Owner Contractor Architect Other PROJECT: Weld County Crime Lab CONTRACTOR NAME: White Star Electric, LLC 15849 Harvest CT Brighton, CO 80603 Aima Cox no THE CONTRACT IS CHANGED AS FOLLOWS: Item 1 Description ASI 3 Add motorized interlock controls Total CO CHANGE ORER #: 02 DATE: Quantity Units Unit Price 1 1 $1.,875.00 26 -June -2Q Extension $ 1,875.00 $ 1,875.00 Not Valid Until Signed by the Owner and Contractor The original Contract Sum was Net Change by previously authorized Change Orders The Contract Sum prior to this Change Order was The Contract Sum will be increased by this Change Order in the amount of The new Contract Sum including this Change order will be. White Star Electric, LLC 15849 Harvest CT Brighton, CO 80603 Alma Cox By Date: Roche Constructors, Inc, 361 71st Ave Greeley, CO 80603 By Date. $196,000.00 $-5,900.00 $190,100.00 $ 1,875.00 $191.975.00 WHITE ST ELECT IC 15849 HARVEST CT BRIGHTON CO 80603 Estimate Prepared For Roche Contructors 361 71st St Greeley, CO 80634 Electrical id for Date 6/26/2020 rig, v evoe Estimate # CO 2 -20013 Requested By Trenton Ingram Project Weld County Crime Lab Storag Descnption Rate Per ASI 3 375 00 Add interlock motorized controls with damper and exhaust pans Incudes conduit, wire, and labor The above work is subject to the same conditions as specified in the ongmal contract 0 00 Upon approval, $1,875 00 will be added to the contract puce This scope change will require 1 day to be added to the project schedule Additional day is needed for installation for wire pull from nse to front main entrance **A change in the puce in an item of material of more than 1% between now and the date of approval, this change order shall warrant an equitable adjustment of this proposal** This Estimate is good for 30 days from date sent Please note, providing signature approval gives WSE the permission to begin work as descnbed and purchase materials as noted Therefore holding customer responsible for costs incurred Signatur Total Ddte of Approval White Star Electnc Limited LLC 1702.235-9292 I office@White5tarTeam com $1,875.00 20013 Weld County Evidence Storage Addition Divisional Change Request Summary ASI 4 Store City, ST General Contractor Roche Constructors, Inc. Trade Subcontractor Date Scope of Work Description: Rough Carpentry - Pass Through Cost Scope of Work Description Item Dew pt,on Mriteridls U;.:c.I Lay :.us' : er U ht I J:di $ - Units per MH 'V�h 'RS Labor kate Iota] $ - Equipment r4.4 i ipe # fi•s kale local $ - Total Cost $ 1,600 00 Rough Carpentry $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - - $ $ - $ - $ $ $ $ - $ - $ $ - $ - $ • $ - $ -$ - $ - $ $ $ $ - $ - $ $ - $ - $ $ $ ,S S S - $ - $ -5 S - $ - $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - _ $ - $ • $ $ S S 5 - $ $ $ - y $ $ -� $ $ - Subtotals $ S 0.0 - $ - � 0.0 S - 5 • S $ 1,600.00 S OH&P 0.00° $ Grand rota' S s • 0.0 s • s 1600 00 1)COLLIII& r. r..:1� G� ,4) R E 394 Delover Drive Fort Collins, Colorado 80524 = FAX #970-221-3856 PHONE #970-221-2396 CH x"`: TO: ROCHE PROJECT: WELD COUNTY CRIME LAB STORAGE DESCRIPTION OF CHANGE OR MODIFICATION: THOMAS CHANGES PER ASI #4 ADD OPENINGS #124 & #126 HM DOORS & FRAMES FOR OPENINGS #124 & #126 HARDWARE FOR OPENINGS #124 & #126 TOTAL OF THIS QUOTED CHANGE ORDER NOT ADDED INTO CONTRACT UNTIL APPROVED GE R®ER #2 QUOTED CHANGE ORDER DATE: 8/10/2020 APPROVED CHANGE ORDER ADD $ 1,415.00 ADD $ 1,590 00 SUBTOTAL TAX TOTAL $ 3,005 00 $ $ 3,005 00 $ $ $ TOTAL OF ORIGINAL CONTRACT $ 40,482.00 TOTAL OF APPROVED CHANGE ORDERS $ (441 00) TOTAL REVISED CONTRACT $ 40,04100 Nothing will be ordered without signed copy of this change order. All terms and general conditions of sale from the original contract apply to this change order INCREASE IN BOND NOT INCLUDED IN ABOVE CHANGE ORDER PRICING. Retum one signed copy promptly to Collins Door & Hardware ' Accepted this day of 2020 By. Title Company KEVIN BILLS Collins Door & Hardware KEVIN BILLS KEVINOCOLLINSDOOR NET 20013 Weed County Evidence Storage .Addition Divisional Change Request Summary Store City. S I Greeley. Scope of Work Description: New Dory Tyr [1.4 General .,cnttactot Roche Unstructors, Inc Score of blorh ri fzrRSs +or Iego Clear i/4' Ternoered GlITS Valet(441% • Trade Glass ASS St,hcontractor Date ,Ao1*iceeN Irv. 8111 12020 ow". tabor pe i Mti t t"- r1.i�fu' ,11.! f 1 C • 't•'.h Ct 4 VII' en 5 r V MS Drywall Company 11451 Jersey Lane Thornton, CO 80233 E -Mall Address. msdrywall2@gmad.com Telephone: 720-385-8398 Si ®4 CHACyw% Vf7E AUGUST 21, 2020 TO' ROCHE CONSTRUCTORS ATTN CARLEE PROJECT WELD COUNTY CRIME LAB STORAGE GREELEY, CO DESCRIPTION OF WORK ADD COSTS FOR LABOR TO INSTALL DOOR FRAMES 124 AND 1261N DRYWALL PARTITIONS. ALSO, ADD NEW DRYWALL PARTITION TO 9'-6" AFF AT DOOR 124. ADD 4'-0" WALL AT DOOR 124 LABOR FRAME, DRYWALL AND FINISH 5 HOURS @ $60 00 MATERIAL 3-5/8" 20 GA STUDS, TRACK AND DRYWALL TOTAL ADD LABOR ONLY TO INSTALL 2-KD HOLLOW METAL FRAMES LABOR 1 5 HOURS @ MAO TOTAL FOR ASI 04 $515.00 RESPECTFULLY SUBMITTED BY KEVIN MCDONALD AND MANNY SALAZAR MS DRYWALL COMPANY $ 300 00 125 00 $ 425.00 $ 90.00 1 PROPOSAL CRAFTSMAN DECORATING, INC. 403 16TH STREET GREELEY, COLORADO 80631 970-356-0895 FAX: 970-356-1808 Proposal Submitted To: Roche Constructors, Inc. Attn: Carlee Hauska Street: City, State, Zip Code Date: August 21st, 2020 Job Name: Weld Coun Evidence Stora e Job Location: Greeley, Colorado We hereby submit specifications and estimates for: ASI # 4 PRICING: 1. Cost to paint two additional hollow metal door frames and two additional hollow metal doors per ASI # 4. Unit Price per: Door Frame: 2 @ $80.00 = $160.00 Doors: 2 @ $80.00 = $160.00 TOTAL: $320.00 Pricing includes all labor and materials. leVe Propose: hereby to furnish material and labor --complete in accordance with above specifications, for the sum of All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary insurance. Our works are fully covered by Workman's Compensation Insurance. Note this proposal may be withdrawn by us within Authorized days. Signature: Acceptance of Proposal: the above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature: Date of Acceptance: Signature: -.1114A1 ••••••••••-•••••••••••••• _.______116.4111.....__..0.111.....410III. Date: 9/1/20 To: Roche Constructors, Inc. Weld County Crime Lab Attn: Dave Lohnes Subject: 20013 Evidence Storage Refrigerator Unit • Provide and install with system install. $20,284.29 - Material $1,285.00 - Installation TOTAL NET Increase $23,169.29 Please sign and return. VALID FOR 30 DAYS Sincerely, Nicholas G. McHone MOTUS Space Solutions, Project Manager IIISPACE SOLUTIONS MOTUS PC1477-10-12 SSDW19.1.25 Project Change Approval Project: Weld County Crime Lab Project Number Date Requested by: Project Manager S151170 9/1/20 Change Description Information of change: one evidence 15 week locker manufacturing to have lead Envelope time Slot. + shipping (typically 3-5 days) and Customer Cost of Change. request change $21,598.93 Total Net Increase: Change to Project Schedule: installation Note: • Tax (1 day) is not included Required Approvals Nick Project McHone Manager: Sign: Date: 8/12/20 Customer Sign: Date: PC1477-10-12 SSDW19.1.25 Nick McHone Project Manager Motus Space Solutions DIRECT/CELL:: 608.873.4867 OF!CE: . 920.563.0503 WEt3:: www.motusspacesolunons.com 1 11 MOTUS motusspacesolutions.corn I info c notusspacesnlutlons corn I (844) 947-4250 I- Ile. I} u 1 36" 1 0 36" ___ _- 182" 180" 36" , R C IVING/ 111 PACKAG - NG 36" _ 4 ; DL New Refridgerated 36" 24 � Project Name: Weld County Evidence Project #: APPROVAL Addition 1498 This drawing Approved 8y MO T U S Drawn by: Salesperson: Scale Rev level S F' A C E S O 11 T t ;� ti SCHWArRTZER, JACO 1:25 A Date Printed: gated 09/01/2020 Copyright © 2020 Spacesaver Corporation This material is proprietary and confidential, and the disclosure reproduction by photography. film. blueprint or otherwise or incorporation into any information iettieval system without first receiving wntten approval from Spacesaver Corporation is expressly prohibited by law W CC W LIJ - O z O O U A J a N N F- a 0 U l' Ire E 1 I MOTUS tti P A t, r= s , > 1. I O Ni Project Name: Weld County Evidence Addition Project #: 1498 Salesperson: Scale Rev level: SCHWARTZER, JACO 1:15 A Drawn by: Date Printed: 09/01/2020 APPROVAL This drawing Approved By: Dated Copyright © 2020 Spacesaver Corporation This material is proprietary and confidential, and the disclosure reproduction by photography, film, blueprint or otherwise or incorporation into any information retrieval system without first receiving written approval from Spacesaver Corporation is expressly prohibited by law • COPYRIGHT g 2020 SPACESAVER CORPORATION ALL RIGHTS RESERVED 182"(ROUGH ooenino) r 36" 36" t 36" i 36" 36" 1 r I II C 02 0 0 05 J 07 a 0 10 ____ E E, E E__ _I -1' e{ ,; .' r -- = r � I I ; I SL6 SR6 SL6 SR6 03 0 0 06 1 08 11 Dili E-.. E E ------------ 01 O SLG4 SLG4 _G 04 10 r 09 0 I - - - - - -- - - A A -D D 11 la E5 E4 E3 E2 E1 Standard PT Mesh door P/N ED3P31M Standard PT Mesh door PIN ED3P02M Standard PT Mesh door P/N ED3P02M Standard PT Mesh door P/N ED3P16M Order No Project # 1498 Name Spaccsaver Corporation DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 16, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Evidence Storage Addition Change Orders — (2020-0863) The Evidence Storage Addition construction project has encountered issues which necessitate a need for change order. Change Order #2. The plans specified a new fire alarm system for the addition. During construction, a cost savings was identified by matching the existing crime lab configuration versus an independent fire alarm system in the addition. This cost savings will result in a change order that provides a credit to the County in the amount of $5,486.75. Buildings & Grounds is recommending approval of Change Order 2. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director c.x7nse,e1f o.1423/ fes�(TT/ q -023O2 2020-08.63 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDfNGS & GROUNDS AND ROCHE CONSTRUCTORS, INC. This Agreement Amendment ("Amendment"), made and entered into 14 day of September , 2020 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Roche Constructors, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0863, approved on April 20, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit -Change Order # 2, dated May 29, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Thomas M. Roche Printed Name Signature ATTEST: Weld BY: ddr.4.4) ..fehAk. erk t • the B Deputy Cler the :oard APPROAS�� N Controller .�7 APPROVED S TO FORM: r6 ezi/ta-t County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair SEP 2 3 2020 APPROVED AS TANCE: ted Oial or Department Head c ova gGL3 Roche Constructors. Inc Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Exhibit: Change Order #2 Change Order Distribution ■ Weld County Evidence Storage Addition Robert Shreve Architects & Planners, Inc Office Other ■ Field Project: 20013 - To (Contractor): Weld County Evidence Storage Addition 2329 115th Avenue Greeley, CO 80634 Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Contract Number: Change Order #: 20013- Weld County Evidence Storage Addition OCO 2 Owner Change Order No. 2 ACO Seq #. 6 Change Order Date : 05/29/20 You are directed to make the following changes in this Contract: C.O. Item Contract Item Units UM Description Unit Price Amount 1 2 OCO 2 OCO 2 LS Owner Change Order No 2 LS Owner Change Order No. 2 413.25 -5,900.00 Total For Change Order: OCO 2 -5,486.75 RFI - 04 Additional Stormwater control as directed by the City of Greeley Stormwater Management inspector Deletion of Fire Alarm Extension+ Not valid until signed by both the Owner and Architect. Signature of the Contractor indicates the Contractor's agreement herewith, including any adjustment in the Contract Sum or Contract Time. The original Contract Sum was The net change by previously authorized Change Orders was The Contract Sum prior to this Change Order was The Contract Sum will be decreased by this Change Order . . The new Contract Sum will be The Contract Time will be unchanged 2,364,700.00 28,333.69 2,393,033.69 -5,486.75 2,387,546.94 Authorized By Owner: Weld County. Colorado 1105 H Street Greeley. CO 80631 By. Date: Accepted By Contractor: Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 By: Date: other +w a r no.r $s 1.1 Noc.,e tortnen (p ch•car vcws.,Y, t)•Hothe Coe Nuam Irc OU•'f4ppuld'anew• CWs Ton is soMeets .._aramesarowe 1 Roche Constructors Inc Page 1 05/29/20 01:43:25 PM Date Format - MM/DD/YY CustomPMAppChangeOrder rpt Forensic Lab Divisional Change Request Summary ASI No. CO Version Store Ctt , ST General Contractor Trade Subcontractor Date, Foreneto Lab Greeley CO Rye Constructors. Inc. 5/5/2020 Scope of Work Description. 50 feet ot Meg icofs• of Nos* Marry ,.rf• Urals i ably Esopment tOWIC4s1 Ult►Y i Fillbev -• 50.0 $ » 50 S 72 5..E 2 00 _ S 55.00 s , in nr 5 i.i5 Of --r- S j +----- ` b • ----'---- - ---.. .� - i $ • r_..��y _r. $ S — - - - - 41 e • IS $ • f s - S ef $ • S - S S • $ - $ - s �_ S - S - - S s -- --- _ # t s . . . S ► 1 ,.. , . - - __ a . S - � _. - s - w 7 ��_ 5 - , _ s c - - . - . S r_ s • s - s - s . --1-s S • - - f - - i - S - ---- • r'-- ---1-- 1 S - s • •.� t 1 ;• S s - � s -- - - - - c •. __ - S - s - - -- ___ - s _ -----+ S _... -- — $ - S - - - .._ r _ r - ,. •.- f _4. S ...... i S r S t- +' r i - S - Subtotals S 22500 • S 1 10 00 p lc or r _ 4 _ - S ' -- �- i GH6P 1U U0°/„ S 33 50 T - --L .-- — T Gtat, rums s s t,i> lift ., , S alo s 368.60 WHITE STAR ELECTRIC LIMITED LLC 15849 HARVEST CT BRIGHTON, CO 80603 Customer Roche Contructors 361 71st St Greeley, CO 80634 Credit 1r, -ern® Date Credit No 5/20/2020 Fire Alarm % P 0 No Project Weld County Crime Descnption Qty U/M Rate Amount Deletion of fire alarm extension 5,900 00 -5,900 00 Total -$5,900 00 Invoices $0 00 Bala rCe Credit -$5,90000 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 June 10, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Evidence Storage Addition — Change Order; B2000080 During plan development for the Evidence Storage Addition, a typical concrete foundation was designed and included in the plan set. This established a basis for bidding. Once a specific type of metal building structure is defined through the competitive bidding process a foundation load reaction test/calculation determines the appropriate amount of concrete needed in the foundation and footers. Sometimes this is less than the amount originally specified in the bid set. However, in this case an additional 18 yards of concrete with associated rebar is needed. To compensate for this, a change order in the amount of $10,623.46 is needed. Therefore, Building and Grounds recommending this change order in the amount of 10,623.46. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director %/5% Ce; C -r -r/5 0963 f•&040 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND ROCHE CONSTRUCTORS, INC. This Agreement Amendment ("Amendment"), made and entered into 10 day of June , 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Roche Constructors, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0863, approved on April 20, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit -Change Order # 1, dated June 9, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Thomas M. Roche Printed Name Signature ATTEST: Weld C unty Clerk to the Board ��t ttl Iy� Oat tOrde-- BY: Deputy Clerk to the Board APPROVED AS TO FUNDIN Contro ler rn APPROV�S TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO -mAau Mike Freeman, Chair JUN 15 2020 APPROVED S,VBSTANCE: Elected dPFicial or Department Head aZo 02_a - DBCo 3 Roche Constructors, Inc. Owner Weld County, Colorado 1105 H Street Greeley, CO 80631 Exhibit Change Order #1 Change Omer Request Roche Constructors Inc. 361 71st Avenue Greeley, CO 80634 Phone: 970-356-3611 Project: 20013- / Weld County Evidence Storage Addition 2329 915th Avenue Greeley, CO 80634 P'CO Type: PCO Change Order Request # : 1 Owner Change Order No.1 Item : ASI 1 Owner Change Order No. 'I €'hase ASI 1 - REVISE© Description Subcontractor Cost Type Estimated Cost 030000- - Concrete ASI - Revised Cost Type Recap: Elevated Structural Decks Inc 9 S Subtotal Item ASI 1 Mark up 9,486.00 9 Subcontracts Approved By: Weld County, Colorado Signed: Date: Liability Insurance P & P Bond Builders Risk Overhead & Fee 0.00% Subtotal Kern ASI 1 9,486.00 Amount : 9,486.00 9,406.00 : 0.75% 0.80% 0.25% 10.00% Requested Total For Item Total For Change Order e, SI 1 Subnnitted By: Roche Constructors Inc. Signed: Da'{ 0 CCMCCIZataini 71.15 76.46 24.08 965.77 70,623.46 Olgltajltsi9n041 by Thomas M, Roche ON: CA S. E%1Aiothaw ncti co7structo 1:0m, CorRoOpo Consbuccom, Inc Otte#No ;t Manner Si CN=Ihornas Ivt Roche .v Date. 2020.06 09 16:32:13-06'00' 10,623.48 Page 1 06/09/20 04:29:06 PI'S P B `o' x 268 Littleton, CO 80160 303.274,1877 FAX 303.274.7995 Name / Address Roche Construction 361 71st Avenue Greeley, CO 80634 1970.-355-3611 131:VX 1. ]FAX 1970-356-3619 Art t7-329-2724 rder Date Change Order # 5/15/2020 205421 Project Description ASI #1 desoripti:ori': Project Reid Coay Eveidence Storuze Mein Total dditiollai cost for ';.:tided 18 CY concrete for footer pads per AS1 #1 0My's fees • my • + _(°eY n6. ¢'≥> p, 7$ r• ��J ,�piY� ::I %.' no 9$486.00 Total $9,486.00 This document is considered contractual until another written contract v greenaent is agreed upon and signed by both parties. Signature BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Evidence Addition - Change Order DEPARTMENT: Buildings & Grounds PERSON REQUESTING: DATE: 6-1-2020 Brief description of the problem/issue: During plan development a typical concrete foundation was designed and included in the plan set. This established a basis for bidding. Once a specific type of metal building structure is defined through the competitive bidding process a foundation load reaction test/calculation determines the appropriate amount of concrete needed in the foundation and footers. Sometimes this is less than the amount originally specified in the bid set. However, in this case the amount of concrete needed is 48 yards more than the bid set design. To compensate for this, a change order in the amount of $28,333.69 is needed. This is for the additional concrete only. All other labor is not affected. B&G is recommending approving this change order so the project can remain on schedule. What options exist for the Board? (include consequences, impacts, costs, etc. of options): Approve the change order so the foundation will meet requirements now that load reactions are known. Recommendation: Place change order on an upcoming agenda so official approval can be done at a public meeting Approve Recommendation Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro-Tem Kevin D. Ross Schedule Work Session Other/Comments: :44;kju'the' rele a AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & ROCHE CONSTRUCTORS INC. EVIDENCE STORAGE BUILDING THIS AGREEMENT is made and entered into this 30th day of March , 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Roche Constructors, Inc. whose address is 361 71St Ave. Greeley, CO 80634, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: 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 Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000080". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor 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 described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities corr5e:yf 10., 0 /2©t20 W- P .4#O/ao G� zee- 0863 `13G-o©2� described in Exhibits A and B. 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. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. 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. 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. 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. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $2,364,700.00, which is the bid set forth in Exhibit B. Contractor 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 Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. 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. 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 from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 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 Project without County's prior written consent, which may be withheld in County's sole discretion. 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. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of 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 services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. 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. Acceptance by the County of, or payment for, the services 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 and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. 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 this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The 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. INDEMNITY: The Contractor 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 Contractor to conform to any statutes, ordinances, regulation, 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. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor'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 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 with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subro ation: For all coverages, Contractor/Contract Professional'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 coverage's required of Contractor/Contract Professional. Contractor/Contract Professional 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. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. 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. 15. Examination of Records. To the extent required by law, the Contractor agrees that an 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. 16. 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. 17. 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. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Roche Constructors, Inc. Attn: Thomas J. Roche -CEO Address: 361 71St Ave. Address: Greeley, CO 80634 E-mail: troche@rocheconstructors.com Telephone: (970) 356-3611 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttavlorAweldgov.com Facsimile: 970.304.6532 18. 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. 19. 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. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. 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. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. 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. 24. Governmental Immunity. No term or condition of this 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. 25. 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. 26. 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. 27. 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. 28. 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 contract. 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 or 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 the public contract for services 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 an 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 of 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. 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. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 30th day of March , 2020. CONTRACTOR: Roche Constructors, Inc. ._ _-- Name: Thomas J. Roche Title: President & CEO Date March 30, 2020 WELD COUITd��t , ATTEST: ` [W./ Weld o my Clerk to the BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Chair APR 2 0 2020 i REQUEST FOR BID WELD COUNTY, CQLQRAD 1166 O ST E ET GREELEY, C /0631 DATE: FEBRUARY 7, 2020 BID NUMBER: B2000080 DESCRIPTION: EVIDENCE STORAGE ADDITION MANDATORY PRE -BID CONFERENCE DATE: FEBRUARY 18, 2020 BID OPENING DATE: MARCH 10, 2020 Exhibit A 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing irector (colkA.T ively referred to herein as, "Weld County'), wishes to purchase the following: EVIDENCE STORAGE ADDITION A mandatory pr c bid conference will be held at 1:30 PIV1 on February 18, 202 ► at the Northern Clorado Regional Forensic Laboratory, 2329 115th Avenue, Greeley, C 80631, to respond to written and oral questions and to provide any needed additional instruction to Architectural, Engineering and C feral Contracting firms on the submission of bids. Bidders must participate and record their presence at the pre -bid conference to be allowed tsubmit bids. Bids for the above stated merchandise, equipment, and/or services will be received at the office of th-Weld County Purchasing Department in the Weld County Administration Building, 1150 "6Q" Street, Room ##107, Greeley, CO 30631, until 10:00 AM March 10 2020 Veld Count Purchasin Time Clock. PAGES 1-10 OF THIS REQUEST FOR BEDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-10 MAY BE APPLICABLE FOR EVERY PURCHASE,. BID SPECIFICS FOLLOW PAGE 10. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. 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 ,,hich the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find information concerning this request at two locations: n th=: Weld County Purchasing website at https://wvvw,iweldgov.comidepartmentsipurchasingibicis proposals located under "Bids / Pr ;posals / Tabulations". And, on the Bidnet Direct website eats://www.bidnetdirect.corn/.Veld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple nsn-profit and governmental entities. Participating entities post their bids, quotes, proposals, aodendums, and awards on this one centralized system. Ifictpqjiverylv Weld County 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bid$@-2.ivelci.gov.cprti, vel qo .cp ri. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmafion wil0 be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Deliyel y. Mailed (or hard delivered) bids should be seat in a sealed envelope with the bid titl end bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, room #107, Greeley, Co 80631. Please ca Ar chasoag aft E70400®4222 or 4223 with any quesUons. 3. [INSTRUCTIONS TO BQDDERso H] Ros,utro yiNFoRribri fir .r N Bids shall typewritten or written in in on forms prepred by the `;Feld County Purchasing Department. Each .yid must give the full business ad • ress of bidder anc be signed by hires with his usual signature. Rids by partnerships must furnish the gull names cf all partners and must be sign -d with the partnership nacre by o ,e of the members ,f the partnership or by an authorized represrantative, foil •wed by the signatur and title of the perssn signinc•,a. Bids by corporations must be signed with the legal name of the corporation, followed by the name t f the state of th inoorporration and by the signature and title •,f tie president, se. tay r other person authorized to bind it in ;hi- matter. The name of e;:th person signing shall also be typed or printed below he signature. bid by a person who etifixes to his signature the word "president," "secreta ,, 9 V "agent," or other tiGe without disclosing his principal, may bit held to tre bid of the individual signing. When requested by the VVe d County Controller/purchasing Director, satisfactory evidelce of the authority of the officer signing on behalf of a crorporation shall be furnished. All corrections or er jsures oe initialed by she person signing the bid. All bidders shall agree to comply \°4 ith all f :he conditions, requiren tints, 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 b� , suitably filled in. Bids may be withdrawn up,* n written reo uest to and approva or the Weld C • unty Control er/Purchasing Director; said request being received from th withdrawing bidder prior to the time fixed f award Negligence on the part f a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been .warded. • date 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 Imn time indicated in Sectior 1.5 enti-ed, "Notice to Bidders.°, Bids received prior o the time of opening will be kept unopened in a scur p ace. No responsibility will aiach t• the weld County Controllr.r/Purchasing Director for the premature opening of a bid not properly addressed and idh ntified. J n accordance witr Section 14-9(3) of she Weld County Hors [Rule Charger, e d County will give preference to resident weld County bidders in all cas h s where said bids ere competitive in price and quality. weld County reserva s the right treject any and all bids, to waive any informality in the bids, i s award the bid to cTiultiple vendors, and 10 riccedat the bid tha, in the opinion of th- Board of County Commissioners, is to the best interests •;f Weld County. The bids) may be awarded to more then one vend err. I`arniliarizat on with the Work: Before submitting his Bid, each. prospective Bidder shall famili=arize himself with the Work, the site where thr. . W•,rk is to be performed, l•cal Ibor conditions and all local, sf,*te and federal laws, ordinances, rues, regulations and other factors affecting performance of the Work. He shall carefully correlate his observasions with requirements of :he Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of th(s. Work. The submission of a Bid will constitute an i ncontrove bible represent tion by the Bidder that he las complied with every require men s of tNs paragraph. Inter retation of Contract ocuments to ,Prospective Bidders. Any prospective dodder wio discove7s ambiguities or is in doubt as 0 she true meanin o of any part of the Contract Documents or Drawings shat make a request to the Engineer for an interpretation thereof. I nterpretations \ha be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the bast seven (7) days before the date set f• r opening of Bids. The Bidder shall be solely respo nsi'ole for any interpretation of he Contract Documents o7 Drawings other than by duly issued Addenda. BID REQUEST # Page 2 Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal oust be filled out completely, in detail, and signed by the Bidder. Bids by partnerships roust be executed in the partnership name and signed by a partner. His title must appear under his signature and the official addrtiss of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or Other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or are assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving rids. Bidders may modify or withdraw Bids by electronic communication at any time prior t•, the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director may at her sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION of CONTRACT Basis of Award: only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bider whose Bid compares favorably upon evaluation with other Bids. VV e I d County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities andior irregularities and to reject any or all bids. Evaluation of _Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders snail submit a list of all Subcontractors he expects to use in the work with the Bid. The experience stat=ment with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall subunit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calend days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of servic s), the successful bidder's response, and the formal acceptant t of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful BID REQUEST #82000080 Page 3 performance of the Contract and the payment of all obligations arising there -under. The Bands shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to W Id County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COST Governmental Fees: The cost of all construction licenses, buildin and other permits, and governmental inspections required by public authorities for performing the Work, w ich are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by hire in performing the Work. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Nature and location of the site where the Work is to be pe ormed. Character, quality, and quantity of surface and subsurface encountered. na erials, water, structures and utilities to be Character of construction equipment and facilities needed for perf•}rmance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the fie during perform=.once of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER FIRING PRACTICES — ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are n`:wly hired for employment in the United States to perf rm work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to pef rm wrk under This Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedur=s to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three BID REQUEST #B2000080 Page 4 (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undo-hrtken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of eareor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder sly = II, within twenty days after hiring a new employee to perform work under the contract, affirm tht Successful bidder has examined the legal work status of such employe:, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to &aunty, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C. ":.S. §8-1705-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. except where exempted by federal law and except as provided in C.R.S. § 24-70.5-108(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural p`rson eighteen (18) years of age or older is lawfully present in the Jnited States pursuant to C.R.S. § 24-76.5=103(4), if such individual applies f public benefits provided under the contract. if Successful bidd:- r ope-ates as p sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the UniVald States sr is otheivise lawfully present in the United States pursuant tfederal law, (b) shall produce lone the forms t.,f 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. .S. § 24-76.5-108 prior to the effective date of the contract. 9. GE k RAL PROVISIONS A. Fund Availability: Financial obligations of the Weld county payable after the current fiscal rar are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be -available to fund the contract beyond the current fiscal year. B. Secrets ther confidential Information: Weld County discourages bidders from submitting confidential information, including trade stcrets, that cannot be disclose° o the public. If necessary, confid - ntial information of the bidder shall be transmitted separate y from the main bid submittal, clearly denoting in red on the information at the top the word, L6C-NFIDENTIAL." H:•wever, the successful bidder is advised that as a public entity, Weld County must c mply with the provisi •,ns of C. F .S. 24-72201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and co nnot 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. 24-72204(8)(a)(IV) (Tr, de secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). if Weld county receives a CORA. request for bid information marred "CONFIDENT! f L", staff will review the confidential materials to determine whether any of them may be withheld from disclosure- pursuant to CORA, ,.end disclose those portions staff determines re not protected from disclosure Feld County staff will not be responsible for redacting or identifying confidential information which is includ-ld within the b°dy of the bid and not separately id hntified. Any document which is incorporated as an exhibit intany contract executed by the county shall be a public document regardless of whether it is marked as confidential. C. nernmental lm urioty: Nlo term or condition of the contract shall be construed r interpreter as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other proviso ns, •f the COWad° Governmental Immunity Acct §§24-10-101 et seq., as applicable now or hereafter menthd. D. Independent ntr dor: The successful bidder shall perform its duies 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 employe = thereof shall be deemed to be an agent or employee of Weld County. The BID REQUEST #B2000080 Page 5 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 mare available by the successful bidder or a third party. The successful bidder shell 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 authorizaeion, 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 mafters: (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. C mpliance with Lw: 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 applicably 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 laves, rules andlor regulations shall be null and void. G. No Thkol®Pa y Be ry 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 bider. 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. Proc% re went 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 faithfully perform the work in accordance with tic", 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. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by county may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this ,agreement begins upon the date of the execution of this Agreement by county, and shall continue through and until successful bidder's completion of the responsibilities described in the id. 0 . 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 f the terms of the Agreement. BID REQUEST #82000080 Page 6 M. Extension or Modification: Any amendments or m difications to this agr.- ement 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 auth •,rization and ackno ledgement by County for such additional servicas. ccordingly, no claim that the County has been unjustly enriched by any additional services, whether or not thrro 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, The successful bidder's rights with respect to such additional s-rvic:-=s snail be deemed waived and such failure shall result in non-payment for such additional services or work performed. `e% 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 thisgreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned is 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. Me successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty,. Contractor warrants that construction services 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. Co ntractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the fregoing warranties, Contractor is aware that all work performed on this Pr oject pursuant to this Agreement is subject to a onct-year warranty period during which Contractor nnust correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final it spection and acceptance of the Project. 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 prir approval by County shall, at the option of County, automatically terminate this Agreement and all tights of the successful bidder hereunder. Such cnsent may be granted or denied at the sole and absolute discretion of County. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or �ailurto deliver or otherwise to perform any obligation under this Agreement, where such failure is due t any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, fBoad, earthquakes or Governmental actions. Non -Exclusive r greemente This Agreement is nonexclusive and County may engage or use other con tractors or persons to perform services of the same or similar nature. S. Employ = a Financial friterest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-5®-507. the signatories to this Agreement agree that to their knowledge, no employee of weld County has any personal or beneficial interest whatsoever in tnr service or property which is tie subject matter of this gnement. C • uanty has no interest and shall not acquire any interest direct or indirect, that would in any manEler 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 tAtgreement, the BID REQUEST #B2000080 Page 7 1 successful bidder shall not engage in any in any business or personal activities or practices or me intain any relationships which actually conflicts with or in any way appear to conflict wilth the full performance of its obligations under tiffs green ent. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, llr immN:Bate termination of this Agreement. No employee of the successful bidder rw any member of the successful bidder's family shall serve on a County ;oars, cs m ittee or hold any such position which either by rule, practice or action nominates, recornmenos, supervises the successful bidder's operati•lns, or authorizes funding to the successful bidder. T. sf verabilityo if any term or condition of this ; .greement shall be held to be invalid, illegal, or unenforce bile by a court of c mpe ent jurisdiction, this Agreement shall be construed t.nd enforced without such provision, to the extent that ,his Agreement is then capable of execution within the original inten of the parties. {� 1 U. Compliance with Davis ac•n Wage teso The successful bidder understands and agrees that, if required by the Sc .pe of Work, the w • rk shall be in compliance with the Davis -Bacon Wage Rates. V. P3oard of County Commissioners of tkl County Approval. This Agreement shall not be valid until it has been approved by the Boaro of C: unty Commissioners. W. Convenseh to Amount. Upon the successful bideer's successfu cmpletion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount or the accepted M. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order14 auth prizing such additional payment has been specifically pproved by the Directsr of Weld County Public Works, or by frmal resolution of the Weld County Board of C ity Commissioners, as required pursuant to .he Weld County Code. Cunty will not withhold any taxes from monies paid t • the successful bidder hereunder and the successful bidder agrees to be solely resp•nsible for tie accurate reporting and payment of any taxes related to payments made pursuant to the terns •i this greement 10. INSURA CE QU Il t EMENTS General Requirements: Successful bidders/Contract Professionals must secure, t or before the tire-, of execution of any agreement or commencement of any Work, the following insurance covering all • perations, goods or services provided pursuant to this request. Successful bidders/Contact Professionals shall keep the re •, uired insurance coverage in force at a I times during the term 4 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 anc r .ted by AN. Best Company as "A" VIII or better. Each policy shall contain a valid provision oa endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before thr expiration date thereof, the issuing company shall se nd written notice to the eld County Controller/Purchasing Director by certified mail, return receipt requ-sted. Such written n tic shall be sent thirty (30)days prior to suc'l cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ter 00) days prior. if any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder/Contract Professional. Successful bidder/Contract Professional seiadF be responsible for the payment of any deductible or self -insured retention. County reserves the right trequire Successful bidder/Contract Professional to provide a band, at no cost to C•unty, in the amount of the deductible or self -insured retention to guarantee payment of claims. E" 'he insurance cove -ages specified in this Agreement are th iN minimum requirtments, a.nd these requirements d not decrease or limit the liability of successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder fro liabilities that might ;rise out oY the performance of the work under this Contract by the Successful bidder, its agents, represenMivt?s, employees, or subcontractors. The successful bidder shaft assess its •own risks and if it d gems apprt•;priate and/: r prudent, maintain higher limitsnd/or broader coverages. The successful bicker is not relieved of any liability or other obligatiois assumed or pursuant to the Contract by reason of its failure to obtain or maintaii insurance in sufficient amounts, duration, or pis. The successful, B I ® REQUEST #B2000080 Page 8 bidder/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this rr greement. 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 construction servic fts provided, he 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 my errors, omissions, or other deficiencies. NDE NIT The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employers, 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 .,.,f 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 tiny and all injuries , r damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its construction 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 ordinance, order, or decree. This paragraph shall 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 t, t waive all rights of subrogation against the County its associated and/r affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for lsses arising from the work performed by the successful bidder for the County, failure t0 comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The successful bidder/Contract Professional shall obtain, and maintain at all times during the term of any A greement, insurance in the following kinds and amounts: wt. rs' Ccompensation Insurance as required by state statute, and Employer's Lip{bility Insurance covering all of the successful bidder's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) Statutory 500,000 500,000 500,000 Commercial General Liability Insurance written on ISO occurrence, form C 00 01 10/93 or equivalent, covering premises per tions, -xplosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, IS M CG 2503 or equivalent additional insured owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, addition insured owners, lesset-s or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: `Weld County, its subsidi*ry, parent, associated and/or affiliated ;ntities, successors, or assigns, its ,-elected officials, trustees, employees, agents, i nd volunteers named as an additional insured with respect to liability BID REQUEST #82000080 Page 9 and defense of suits arising out of the activities performed by, or on behalf completed operations" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and cmpleted op $1,000,000 Personal Advertising injury $50,000 any one fire; and $500,000 errors and omisskinsa $5,000 Medical paynn nts one person t, rations aggregate; 1 the Successful bidder, including Automobile Liability: Successful bidderdC ntract Professional shall maintain limits of $ ,000,000 'or bodily injury per person, $ f ,000,000 for bodily injury for each accident, and $1,000,000 for property dam ge applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance , f this Cntracto For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on 0r before she contract data sr the first date when any goods or services were provided to County, whichever is earlier. Successful bidders/Contract Pr•;'essbn Is shall secure and deliver t0 the County at or before the time of execution of this Agreement, and steal keep in force at all times during th term of the Agrcernent as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and corn acceptable t® and approved covering all operations hereunder set forth in the related Bid or Request for Proposal. f Proof of Insurance: County reserves the right t0 require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/timbre! a liability, pollution legal liability, liquor liability, and inland marine, Successfu bidder/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights ag it i nst Cou n rye Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall b subject to all •f the requirements herein and shall procure and maintain the same coverages required. of Successful bidaer/Contract -professional. Successful bidder/Contract Professional shall include all such subcontractors, independent conitraclors, sub-vendrs suppliers or other entities as insureds under its policies or shall ensure teat all subcontractors maintain the required coverages. Successful bidder/Contrati Professinail agrees to provide proof of insurance for all such sub tractors, independent contractors, sub-vendrs suppNers or other entities upon request by ,h`,t Cou ityo A provIdar of Profes&onaD Servkes has defined lin the DM or UP) shad provide the ITS ovvylng coverage: Professionaiabil6ty: Contract Professional shall maintain limits of $1,00+x,000 for each claim, and $2,000,000 aggregate limit for al_ claims covering wrongful acts, err•;rs and/or orris& ins, including design errors, if applicable, c' r damage sust ined by reason of or in thas course of operations under this Contract resultin:•j from professional services provided by the successful bidder as part of the Contract. BID REQUEST ##52000080 Page 10 Successful Bidders 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 (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder'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 successful bidder 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. The policy shall be endorsed to include the following as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 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 #B2000080 Page 11 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: WELD COUNTY EVIDENCE STORAGE ADDITION Weld county Government is soliciting proposals from contractors to construct an addition t0 the Northern Colorado Regional Forensic Laboratory. This facility is located at 2329 115th Avenue, Greeley, C 80034. The project will be com only called Evidence Storage Addition. Attached are the construction documents for this project. PROJECT $C<PE This project consists of an 11,230 SF addition to be constructed onto the west end of the existing building. Additional parking and drive aisles will also be constructed as part of this project. The building addition will primarily be used to process and store evidence. The project consists of new ground -up construction and attaching said structure to the existing structure which includes, but is not limited to the following: z site clearing and excavation. Underground utilities and their various connections into existing infrastructure. acr Concrete formwork and flatwork, Construction of building per the construction documents. Perimeter fencing I motorized gates Curbing :r. paving new parking and drive aisles Exterior signage as required. All construction must be permitted and comply with County Building codes. Fees for permitting through the County will be paid for by the County directly and should not be included in the proposal. e Exterior CMU color and composition must match existing phase. Geotechnicai and soils testing for construction has been performed and will be provided to the awarded bidders All foundation/site work and soil compaction will be verified by county's third party inspector prior to any vertical erection. Payment (100% of contract price) and Performance (100% of contract price) bonds required. No bid Bond required. NOTE: Winning contractor will be expected to enter into a standard weld County contract for this project. A sample contract is included as ATTACHMENT A. PROJECT SCHEDULE The following is a listing of dates for this project: Date of this Bid Bid Posted to websites Pre -bid conference Bids Are Due Contract Award Contract Execution Construction Start Certificate of Occupancy Construction End February 7, 2020 February 7, 2020 February 18, 2020 March 10, 2020 Larch 25, 2020 April 1, 2020 pril 2, 2020 October 15, 2020 ctober 31, 2020 BID REQUEST #B2000080 Page 12 PRICING Provide lump sum pricing for this construction. LUMP SUM PRICE FOR WORK $ A mandatory prembid conference will be held on February 18, 2020 at 1:30 PM at the Northern Colorado Regional Forensic Laboratory located at 2329 115th Avenue, Greeley, CO 808340 Bids will be received up to, but not later than March 10, 2020 at 10000 AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B2000080 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B2000080. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for 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 bids) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **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° DO NOT NEED TO SEND BACK PAGES 1 —11. ATTEST: Weld County Clerk to the Board Y. BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director exassississir 411111111=Se=a01.11106. 142111V _ BID REQUEST #B2Q0008o Page 14 Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: WELD COUNTY EVIDENCE STORAGE ADDITION Weld County Government is soliciting proposals from contractors to construct an addition to the Northern Colorado Regional Forensic Laboratory. This facility is located at 2329 115th Avenue, Greeley, CO 80634. The project will be commonly called Evidence Storage Addition. Attached are the construction documents for this project, PROJECT SCOPE This project consists of an 11,230 SF addition to be constructed onto the west end of the existing building. Additional parking and drive aisles will also be constructed as part of this project. The building addition will primarily be used to process and store evidence. The project consists of new ground -up construction and attaching said structure to the existing structure which includes, but is not limited to the following: • Site clearing and excavation. • Underground utilities and their various connections into existing infrastructure. • Concrete formwork and flatwork. • Construction of building per the construction documents. • Perimeter fencing & motorized gates • Curbing & paving new parking and drive aisles • Exterior signage as required. • All construction must be permitted and comply with County Building codes. Fees for permitting through the County will be paid for by the County directly and should not be included in the proposal. • Exterior CMU color and composition must match existing phase. • Geotechnical and soils testing for construction has been performed and will be provided to the awarded bidder. • All foundation/site work and soil compaction will be verified by County's third -party inspector prior to any vertical erection. • Payment (100% of contract price) and Performance (100% of contract price) bonds required. No bid Bond required. NOTE: Winning contractor will be expected to enter into a standard Weld County contract for this project. A sample contract is included as ATTACHMENT A. PROJECT SCHEDULE The following is a listing of dates for this project: Date of this Bid Bid Posted to Websites Pre -bid Conference Bids Are Due Contract Award Contract Execution Construction Start Certificate of Occupancy Construction End February 7, 2020 February 7, 2020 February 18, 2020 March 10, 2020 March 25, 2020 April 1, 2020 April 2, 2020 October 15, 2020 October 31, 2020 BID REQUEST #B2000080 Page 12 PRICING Provide lump sum pricing for this construction. LUMP SUM PRICE FOR WORK $ 2.,369 , 700 A mandatory pre -bid .conference will be held on February' 18 .2029 at 1:30: P.M at the Northern Colorado Regional Forensic Laboratory located at 2329115th Avenue, Greeley, CO 80634. Bids will be received up to, but not later than Mardi; 1t1`,.1029, at -10:00 'AM (WELD COUNTY PURCHASING TIME CLOCK). BID REQUEST #B20` 6080 Page 13 BUSINESS ADDRESS 361 71st Avenue CITY, Greeley 80634 STATE, CO 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. #62000080. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Roche Constructors, Inc. BY Thomas J. Roche, President/CEO (Please print) DATE March 10, 2020 ZIP CODE TELEPHONE NO (970) 356-3611 FAX (970) 356-3619 TAX ID# 84-0617026 SIGNATUREE-MAIL troche@rocheconstructors.com Thomas J. Roche, President/CEO **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. DO NOT NEED TO SEND BACK PAGES 1-11. ATTEST: Weld C BY: d.serhAd JeL;e1 BOARD OF COUNTY COMMISSIONERS Clerk to the Bard _��_ WELD COUNTY, COLORADO puty Cle' ke Freeman, Chair APR 2 0 2020 BID REQUEST #B2000080 Page 14 azDoZO- Df e 3 ADDENDUM#1 BID REQUEST NO. B2000080 B2000080 - EVIDENCE STORAGE ADDITION Buildings & Grounds Dept. The following items were posted as communications for this bid: 1. Evidence Storage Questions and Answers 2. Section 230800 — MEP systems commissioning 3. Section 230993 — Sequence of Operation for HVAC DDC 4. Division 1 — General Requirements 5. Section 230923 — Direct Digital Control Systems for HVAC 1 **We need signed copy on file. Thank You!*** Addendum received by: Roche Constructors, Inc. FIRM 361 71st Avenue ADDRESS Greeley, CO 80634 CITY AND STATE BY Thomas J. Roche, President/CEO troche@rocheconstructors.com EMAIL March 4, 2020 ADDENDUM#2 82000080 —EVIDENCE STORAGE ADDITION Buildings & Grounds Dept. In the Bid Questions & Answers, Question 61 was as follows: 61. There were not revised plumbing drawings provided in the revised set, should we refer to the original plumbing drawings? Answer: The plumbing plans and specifications are separate entry in Addendum 2, The revised answer is: Refer to original plumbing plans and 230800 specifications. ***We need signed copy on file. Thank You I*** Addendum received by: Roche Constructors, Inc. FIRM 361 71st Avenue ADDRESS Greeley, CO 8u63 CITY AND STATE Tnomas J. Roche, Preside /CEO 6Y troche@rocheconstructors.com EMAIL March 5, 2020 Evidence Storage Q &A B2000080 — Posted March 4, 2020 1. Is all Division 10 equipment, including the mobile system part of the GC package or is that being handled separately by you the owner? Answer: Owner will contract with supplier of restroom dispensers identified in section 10800. Contractor will be required to install the owner provided item. The General Contractor will be responsible for purchasing and installing all other items in division 10. 2. Is the Datum Mobile System a mechanical assist system or electric assist? Also, it refers to the drawing for sizes but none of that is clear. Answer: Section 10660 is titled High -Density Mobile Storage Units (Mechanical Assisted Movement). I don't believe there is any reference to electric assist in the specification. 3. For the Pass -Through Locker Spec Section 10510 it refers to SECTION 1/A6 for the sizes and configurations.not sure where that is? Answer: Cross section 1/A6 notes the location of Receiving /Packaging area #111. The widths of the evidence lockers are indicated on the elevation. The sizes are the door opening and maybe adjusted to meet vendors standard door widths and heights. 4. Is there a soils: report for this project? Answer: Yes, will be provided to GC 5. Is surveying covered by the county or the GC? Answer: GC 6. Noticed in the project manual there is a Division 13 PEMB. Where on the drawings does this building go? Answer: The PEMB portion of the building is located between grid lines 1 and 5. See Cross Sections 1/A5 and ?/A6. Also see k:A1est Elevation sheet Az 7. Would it be possible to consider a Pre-engineered metal building with the CMU walls? Answer: NPec s to be built according to plans that: are published. 8. Are the CMU walls at column lines 1 and 5 self-supporting or do they require support from the frames? Answer: CMU is attached to reverse metal panel sheathing. Sheathing is attached to wall girts. See notes on wall Sections 1/A8 and 4/A10. 9. The site plan Sheet C1 doesn't clearly identify if the new drive is concrete or asphalt. Answer: Ail new paverent is concrete. 10. There is no cut section showing pavement thickness and base course. Please advise. Answer: A Pavement design will be provided by the Geotechnical Engineer { unless this has been done already} 11. The specifications call out 12352- Furnishing- Science Casework. Please provide this spec. Answer: Table of contents: In Division 12 delete reference to Casework Section 12356 and Laboratory Hood Section 12550. The Lab hood is the only Division 12 item. All other counters and work surfaces are millwork. 12. Please confirm that 12550 Laboratory Hood is a part of this project and the two Compact Fiberglass Hoods to be provided and installed by Contractor. Answer: Hoods to be furnished and installed by the contractor. 13. A16 shows East Gate Elevation, is that detail the same for the west Gate? Answer: A16 East Gate elevation is for the -gash enclosure. The East entrance & west exit gates are swing gates. 14. Is flooring by owner? Carpet and rubber base? Answer: Any carpet and rubber base will be provided by owner, any 'KT and Tile will be provided by GC. 15. Is there tile in the bathrooms (walls)? Answer: No tile 16. Low Voltage/telecom by owner? Answer: Yes, the owner will provide. 17. HVAC Controls, any specific company we need to use? Answer: The current building is Setpoint, we would like the addition to be Setpoint as ell. 18. In pre -bid mentioned clearance to work in building (if awarded GC). Extent of clearance for subcontractors? Does that consist of a background check for each subcontractor? Does GC pay for that? Answer: A background check will need to be completed on workers needing access into existing building. Background paperwork will be provided to GC for workers to fill out. No cost to the GC. 19. Fire Sprinkler required? AnswEr: No fire sprinkler systern required. 20. Who is manufacturer for the existing fire alarm system and is there a company that currently owns the contract for monitoring? ,answer: Fire-lite or Silent-nite Monitoring by Dictogard 21. Is the electrical contractor to provide a raceway from the IT room out to each of the devices, or are they just required to provide a raceway from the device up into the ceiling? Answer: Electrical contractor shall be responsible for providing backboxes, raceways, pull strings, etc. in walls from the device locations to ceiling plenum. In addition, provide raceway from existing building to new IT Room. Owner or owner's contractor will be responsible for the routing of wiring with -in the plenum. 22. Drawing D3.1), RGS or IMC shall be used in all areas subject to weather or mechanical damage. Are the garages or anywhere else on the interior of the building be considered areas that are subject to mechanical damage? Answer: EMT may be used in all interior locations including the garage. 23. Please confirm all permits fees will be paid by weld County. Answer: Yes, all construction must be permitted anc comply with County Building codes. Fees for permitting through the County will be paid for by the County directly and should not be included in the proposal. 24. Please confirm this is not a prevailing wage project. Answer: Davis Bacon & buy American are not required for this project 25. Please confirm this is a tax exempt project. Answer: Yes, Weld County is tax exempt. 25. Does the new fire alarm system need to match the existing system? If so what is that system? Answer: Yes, Fire-lite or Silent- nite 27. Do the RTUs have a BACnet interface or if they will be hard wired? Answer: Mechanical equipment shall be controlled through the BMS. Refer to spec sections 23 09 23 and 23 09 93. 28. The drawings reference a control spec and there wasn't a separate controls spec in the documents provided. Will one be provided? Answer: Wel€-i County Cie Lab Storage Budding 01/13,2020 CTS= 20190436.00 SECTION 230923 - DIRECT Dicr AL CONTROL SYS'T'EM POR IIVAC PART I - GENERAL 1.1 RELATED Documans A. B_ Drawings and ganaral provisions of the fact, including Ceiteral and Supplementanr Conditions and Division 01 Specifcaitiaa Sections, atxply to this SectSicsn.. Refer to Specification SECtifiENB 23$I210f7 'Mechanical, Electrical and Plumbing Stems Commissioning for requinEd. coordination with the Cominissioriing Authority. C. Ile controls contra4,211 pr'o'ms assistance to the Commissionmg Authority daring tlieg. c=toning mess_ 1 SUMMARY A. Section Includes: I_ DIC s}rsstem. 63r inoaring and tilling of IIVAC syst s 2_ De itary of selec coutrnl devices to equipst and systems manufacturers facts Mistallation audio FIVAC systems installffsn for field ingtallation_ 1.3 WORK DESCRIPTION The Modeling Management System (BMS) .all perform both monitoring andl contro3 of mechatuical and electrical equipment for building; management, energy conservation, etaittkniti entail control B_ The BMS control philosophy dial! be direct caul control and be implemented by a distributed digital system_ C. A . pmrsonal computer ) ill provide for tell building data acquisition and transfer, reps ono-, historical d storage and retrial; end motor interface. Location of PC shall l in building eoifig's office_ D. The PC and DDCs shall communicate through dedicated communications gs). All cou=ications on network civil be by digital signals only_ E.Operator's workstation dial] as minimum support Point -to -Point P) and Ems: LAN mss. F nit Direct Digital Controlperform reinfote data acquisition and process contra DDC paimls shall to locally inaumted completely capable of stand akone -cam G. Each DDC ct►a 11 be connected. to its particular strolled ern:Sams:lent thigh field input/output (I/o) instrumentation_ DIRECT DIGITAL CONTROL SYSTEM FC1R HVAC 23'0923 - I 29. Sheet A-3 shows FE -3 & FE -4 as break metal frame but the specifications do not indicate break metal frames. Please define. Answer: Break. metal is metal formed using a break. Sheet metal is formed using a break. See Section 07600 Sheet metal, gauge 26. 30. Detail 1/A6 indicates movable dividers in room 106. Is there a specification for this item? Is it to be F & I by the GC? Answer: The divider is movable and will be owner furnished. 31. The specifications calf for two-part epoxy can a one -part epoxy be used in lieu of a two part epoxy? Ans‘fver: One pars:: is accepta 32. Structural plans indicate deferred submittals. The pre-engineered building by definition includes engineering. What allowance should GC's hold for deferred submittals for engineering and materials and or are not specified on the plans? Answer: We expect the company providing the PEMB portion of the structure to include the design engineering in their price. Once loads are determined the foundation design will reviewed and adjustments made as is appropriate. 33. Sheet Al shows what appears to be shelving in rooms 133 with no description. Is this similar to shelving indicated in room 128 and to be F & I by the GC? Please confirm. Answer: There is no shelving shown in room 133 34. Sheet P1.1 Note # 2 states that trench drains will use the sand oils separator will serve as the trap, however two trench drains located in Garage 131 are not plumbed to the SOI. Answer: A single vent serving the two trench drains in Garage 131 shall act as a circuit vent. Vent to be located in CMU wall between Garage and Storage. 35. The latest set of plans dated 2/4/20 do not contain the plumbing plans. Are new / revised plumbing plans available? Answer: Bid Spec include the plumbing plans. 36. Sheet E.01 Note 9 under Distribution Equipment states: "Provide arc flash labeling on all distribution equipment" Who is to pay for the arc flash study? Answer: Electrical contractor responsible for arc flash study and labeling. 37. Sheet E0.2 Note 1 states: provide new breaker "in existing switchboard" please confirm the existing gear manufacturer. Answer: Existing switc;hgear is Square D. Contractor responsible to field verify all other conditions. 38. The table of contents lists Spec Section 12352 Science Casework, but there is no spec section included for 12352 Science Casework. Answer: There is no science casework. Table of Contents: Division 12 delete reference to Casework Section 12356 add Laboratory Hood Section 12550. The Lab hood is the only Division 12 item. All other counters and work surfaces are millwork. 39. Please confirm if the following items are provided and installed by owner or contractor: a. Room 102: Wall mounted projector screen b. Room 111: Fixed worktable 4x8 c. Room 106: Movable divider Answer: These items will be owner furnished and installed. 40. Unisex RR 123: The room finish schedule calls for epoxy on walls. Detail F/Al2 calls for epoxy above CT wainscot on wet walls. Please clarify. Answer: East and north wall of room 123 are wet walls. FRP will be installed in lieu of Ceramic the shown but not called out. Shower is a molded fiberglass unit. There will be no ceramic the as indicated in elevations G/Al2 & H/Al2. In room 116 the shower is a molded fiberglass unit. There is no ceramic tile in the shower as indicated in elevations D/Al2 & E/Al2. 41. Detail 1/Al2 calls for 4" fluid applied flooring base, should this be 4" coved rubber base? Answer: Change 4" fluic applied base to 4" coved rubber base. 42. What substrate is the mason attaching masonry ties to for the exterior block? Is drainage inside the wall going to be an issue? Answer: Reverse roiled metal panel. 43. C1 Site Plan calls for concrete retaining wall 3.5' max height at explosive storage. Please provide a detail for foundation and retaining wall. Answer: RETAINING WALL SCALE S/8'=1' -C' 44. Is the explosive storage unit on the northwest corner of the parking lot to be set on a concrete slab? If so, please provide slab thickness and reinforcing details. Answer: Unit is skid mounted. See above detail. 45. Site Demo calls for (2) sidewalk chases to be salvaged and reused. Please confirm locations. Answer: The location of the existing chases is shown on the demolition plan at the existing roof drains. The re -used chases will be placed in the new sidewalk to accept water from the same roof drains 46. Cl Site Plan calls for ramp in two locations along the south side of the addition and stairs on west side. Please provide a detail for each location. Answer: Stair Drawings with additional spot elevations and dimensions Y: iN bc /1989 54 Ramp drawings with additional spot elevations and dimensions 989.90 989.90 4 a O -� . f 2 r ( -1 �t it1 ,. n 7-9 8 C.) . 9 f..) 'I rT CR "�Palif g 1. J, `� x `_ u t sk»..d a t s` f /1 9 9 0. 0 0 ' X 4' LAN /1 9 8 9 4 5 9 ey 0. 0 jr Jo _ 1/4 NI r� X 4 LAN 47. Trash Enclosure plan on A16 calls for 6' x 14' 6" thick concrete apron. Site plan shows asphalt in this location. Please clarify. Answer There will be a concrete floor in the trash enclosure 48. New sidewalks on north, west and south sides don't show a handicap ramp. Are handicap ramps not required in these locations. Answer: There are no handicap ramps required on the north and west. The handicap ramps shown on the south side are required. 49. Are we to assume spill curb along the new sidewalk on west and south side? Answer: The west side is thickened edge sidewalk as shown on the drawings. (fro curb required) The new curb south of the building is called out as spill curb. 50. Note on Al Floor Plan in Cataloging 110 states "Glass Dr. Back Side". Please clarify. What wall type is located behind the evidence lockers? Answer: Evidence lockers can be open from room 111 and from 110. Evidence lockers are to be installed in GDW wall. See specification Section 10150. �� G 51. Are the equipment pads shown on Cl to be precast or cast -in -place? Please provide concrete thickness. Answer: Pale to be 8`x1.0'x 6" thick 52. Is dryfall to be used on exposed ceilings? Answer: 'des 53. Room Finish Schedule calls for GDW-1 hard lid in Room 115, RCP shows ACT ceiling. Please clarify. A.ns ver: RCP is correct, ceiling is to be ACT, prefinished 54. Room Finish Schedule calls for GDw-1 hardlid in Room 126, RCP shows exposed ceiling. Please clarify. Answer: PCP is correct, the ceiling is exposed, paint 55. Please provide a specification for exterior swing gates and operators. Answer: SECTION 10300 — COMPOSITE FENCING AND SWINGING GATE Materials Materials identified are products of Natures Composite, Torrington, Wyoming. Equivalent products of other manufacturers will be acceptable subject to compliance with design, function, materials and finish of specified items. Provide each accessory complete with necessary mounting plates, anchors and fasteners suited for use with supporting construction. Product° Modular fence and gate system with individual steel framed panels, composite fence boards designed for flat sloping and uneven terrain. Panel style: Mesa Vertical Composite Fence System. Panel width: 96" Panel height: 72" Fence Board Color: Rosewood Panel Components Fence Boards 7/8" x 6" wide x 70" Post: 1 5/8" x 1 5/8" 12gauge, U shaped with pre -drilled bolt holes at 8" O.C. Top & bottom rails: 1 5/8" x 1 5/8" 12 gauge with G-90 galvanized dip and powder coat. Installation: Set posts in 12" diameter by 24" deep concrete footing. Install modular fence in accordance with manufacturer's instructions and approved submittals Gate package DuraGate KIT -10X6-FS-SW Flat Topl0'x6' Single Swing Gate and Automation Kit Gate: Frame sides and bottom 40x40 2mm tube, frame top horizontal 40x311 x2mm tube, Second row top and bottom 30x5mm flat bar Actuator: Platinum Access System model ACTP715 90 degree opening, gate length 10'-0", Continuous duty Brush Motor 24V DC, Power input 100/240 VAC, On/Off switch, built-in battery backup. Keypad: PA.1220, Dimensions 8.7" x3"x6.8" mounted on PGN-42 goose neck pale. Installation: Provide 2 gates at each location. Each gate leaf shall have al0'-0" x 6'-0" panel section of Mesa 'vertical Composite Fence attached to the exterior side of the gate. The east gate will be the entrance to the compound and south gate will be exit. The east gate will swing into the compound and the south gate will also swing into the compound. On the driver side of the gate install a keypad mounted on a goose neck post that will actuate bath gates. Provide a delayed ground loop system to close gate after vehicle has enter or exited compound. At each gate location provide additional power and any other items necessary to operate the two gates and to make complete operating system. End of Section 56. Please clarify notes on A17 regarding screen fence. Site is not located at the corner of Hwys 34 and 257. Answer: The fence design is like the vision fence that was constructed at the intersection of highway 257 and 34 57. Identify on site plan where the screen fence transitions to chain link. Answer: There is riot transition of the vision fence to chain link. A chain link enclosure is to he installed in room 119. See Sheet Al 58. Please clarify and provide additional detail of how we are to attach the 21/2" studs to the metal building structure along the east perimeter wall. Answer: Attach studs to floor and to grits. At contractor option 31/2" shads may be installed. 59. Will there be a public bid opening? Answer: Yes 60. Will there be a General Conditions Division 1 provided for this project? Answer: See attached Division I addendum. The County Contract supersedes any conflict between the attached Division I addendum and the County Contract. 61. There were not revised plumbing drawings provided in the revised set, should we refer to the original plumbing drawings? Answer: The plumbing plans and specifications are separate entry in Addendum 2 62. Please provide more information on the configuration of the door hardware and alarm for door 110. Answer: If the upper door of the Dutch door configuration is open and someone reaches into the room and attempts to open the lower door an alarm will be actuated. 63. How many beam levels are there on the pallet racks in Room 130? Answer: 2, one at 4'-0" and one at -0" 64. High Density Mobile Storage a. What type of shelving is to be used on the carriages on the High Density Mobile Storage and are we to provide that? b. Also, what are the sizes are and how many shelves per unit are to be included as well as the capacity per shelf. c. Please confirm the height of the shelving to be 8'. Confirmed Answer: Refer to specifications 65. Division 4 a. In the specs, CMU-1 is identified as having a 4" x 16" face, however, on the drawings it appears to have an 8" x 16" face with a vertical groove. Please clarify. Answer: The North Elevation between grids A & F, the wall is to be a load bearing 8" CMU with a single mortar groove. The west wall between grids 5 & 6 are is also 8"CMU with a single mortar groove The color is to match the existing light colored masonry on the Crime Lab. b. On the elevations, exterior CMU is labelled as Single mortar Groove CMU-1 and CMU-2. On 1 & 2/A10, the CMU is identified as Split Face, yet there is no mention of split face anywhere else. Please clarify. Answer: There is no split face CIV!U. c. In the Specs, CMU-5 is not identified as Ground Face, yet on the elevations it is labelled as Ground Face. Please clarify. Answer: CMU 5 is to match the band in the exist Crime Lab wall. Initially I thought the band was ground face however I believe it is a standard colored unit and is not to be ground face. d. On the second elevation from the top, CMU between grids 1 & 5 are identified at the top as CMU-1, yet on the face, to the left of Grid 1, it is labelled as CMU-2. Please clarify. Answer: The single mortar groove CMU at grid 1 should be noted as CMU-1. t e. In the Specs, CMU-3 is stated to have 4", 6" and 8" widths and CMU-4 is stated to have 4", 8" and 12" widths, yet there is nothing in the architectural nor structural plans that would identify where any sizes other than 8" widths are to be employed. In addition, these labels do not appear anywhere on the prints. If they are both only 8" CMU, then what is the difference between them? Please clarify. Answer: CMU-3 is to be lightweight. If none of the walls are identified as4" or 6" width walls then there are none. CMU-4 is to be normal weight CMU and is to be used to construct the vault walls. f. 2/AS has a note to the right of Grid D that states "8" CMU WITH #4 RE BAR IN EACH CORE AND EACH CORES FILLED WITH CONCRETE", yet on S-101, that wall is identified as having reinforcement at 48" OC. Please clarify. Answer: This is a vault: wall the archVectural wall call out is to prevail. g. On Al, the walls around the vaults have two different hash marks with no explanation as to what the difference signifies. There is a similar occurrence in the area of the restrooms, examination room and Mechanical Room Please clarify. Answer: walls with double cross hatching or "Xs" whether CMLI or GDW are to De constructed to the underside of the deck. h. On Al to the left of the intersection of Grids D & 3 there is a wall that is hatched as CMU with a note stating "CONSTRUCT STUD WALL TO UNDERSIDE OF ROOF DECK ABOVE OPENING". In addition, further down that wall it is labelled "STUD WALL TO UNDERSIDE OF ROOF DECK" that is hatched for CMU. Is this to be a framed wall or a 6" CMU wall? Please clarify. Answer: On grid 3 from the east wall of 121 to a point just beyond grid D the GDw Wall is to be constructed to the underside of the deck. Beyond grid line D a G DW wall is to be constructed from the concrete deck to the underside of the roof deck. See cross section A60 The GDw wail indicated above the ceiling of 106,, 111 and 114 is along grid 3. i. Please provide Top of Footing Elevations. Answer: Refer to plans j. The CMU Wall between the garage and storage along Grid 5 appears to be 21'-4" tall. Just before Grid E.8 , at the hall, there is a double dashed line extending across the hall. Is this a continuation of that wall above the ceiling in the hall? Are the walls that contain the doors that intersect this wall 8'-8" tall? Answer: Yes & Yes k. 1/A8 shows a CMU corbel under the window in the examination room. Is this corbel only under the window, or does it extend the length of the wall in that room? Does it occur in the vestibule also, just under the window or across the entire wall? Answer: Corbelling is just under the window. 66. Please verify which rooms will require signage. Specification section 10400 indicates only Unisex and Janitor. Answer: 103 and 109 are Janitor. 104, 116 and 123 Unisex. 67. Is the GC installing card readers or keypads? Answer: Neither; installation of card readers will be completed by owner 68. Plans state to provide conduit for security. Is security wiring handled directly by Weld County under a separate contract with security company? Answer: Yes f fA GC:p^' �/r�l LP CERTIFICATE OF LIABILITY INSURANCE 1/1/2021 DATE (MM/DDIYYYY) 3/26/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies P CONTACT .NAME: 8110 E. Union Avenue PHONE FAX ANC, N�-EV" (A/C, hIbl: _ Suite 700 MAIL Denver CO 80237 ADDRESS: (303) 414-6000 _ INSURER(S) AFFORDING COVERAGE NAM # INSURER A : The Continental Insurance Company 35289 INSURED Roche Constructors, Inc. INSURER e :Transportation Insurance Company_ 20494 1456205 361 71st Avenue INSURERS C 9ntinientai Casua y_cori3pany 20443 Greeley CO 80634 _ _ INSURER D : Indian Harbor Insurance Compan 36940 INSURER E : National Fire Insurance Co of Hartford 20478 INSURER. F COVERAGES CERTIFICATE NUMBER: 16672156 REVISION NUMBER: X THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES- LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR 4. -INK t� O TYPE OF INSURANCE. I (NSD : yyva POLICY NUMBER POLICY EFF "I ((UMIDD,IYYYYM POLICY EXP r (MMIDDIVYYYI I LIMITS M A �ICOMMERCIAL GENERAL LIABILITY Y '. Y z 6016184346 1/1/2020 1/1/2021 3 EACH OCCURRENCE I $ 1_,00O 000 I CLAIMS -MADE [ XI OCCUR I PREMISES Ea occur ante _ $ 50%000 p 1 MED EXP (Any one person) $ 15,000 I 1 f PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: __. GENERAL AGGREGATE $ 2,000.000 X1POLICY �(] PE ° 1 X t LOC ._. y € PRODUCTS - COMP/OP AGG 2,000.000 999 C)THER: �-$$ . N AUTOMOBILE LIABILITY N Y 6016184394 1/1/2020 1/1/2021 CONBINEDswat LIMIT (Ea acvdenl) $ 1,000.000 ANY AUTO BODILY INJURY (Per person) $ XXXXXXX _ OWNED AUTOS ONLY --X' SCHEDULED AUTOS BODILY INJURY (Per er accident) $ XXXXXXX X - HIRED AUTOS ONLY NON -OWNED AUTOS ONLY PROPERTY DAMAGE acct@nt). $ XXXXXXX .(Per $XXXXXXX UMBRELLA LIAB_. OCCUR NOT APPLICABLE _ EACH OCCURRENCE $ XXXXXX. EXCESS LIAB °. CLAIMS -MADE AGGREGATE $ XXXXXXX. DED RETENTION $ _ $ XXXXXXX B WORKERS COMPENSATION : Y AND EMPLOYERS' LIABILITY " 6016344595(AOS) 1/1/2020 PER (O TH- 1/1/2021 .STATUTE 1. ER. ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N N/A; E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) N E.L. DISEASE - EA EMPLOYEE -" $ _1 000,000 If yes, describe under DESCRIPTION OF OPERATIONS below Et, DISEASE - POLICY LIMIT $ 1„000,000 C Builders Risk Y Y 6056554881 D Prof/Poll CEO744657503 1/1/2020 1/1/2021 (/1/2020 1/1/2021 Limit: $50M $5&]/claim - $5M agg DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if mare space Is required) RE: Weld County Evidence Storage Addition. Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers is included as Additional Insured if required by written contract. Waiver of Subrogation applies in favor of the Additional Insured if required by written contract, where permissible by law. CERTIFICATE HOLDER CANCELLATION Sec Attachments 16672156 Weld County Board of County Commissioners 1150 "O" Street Greeley, CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE O 1988-20a ACORD CORPtf"ATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Form (Rev, October 2018) Department of the Treasury Internal Revenue Service -9 Request for Taxpayer Identification Number and Certification ► Go to wwwirs.goviFormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. co m a 0 ai co c a. o U o .� 4-+ N ,c c D. U F- a N a� cn I Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Roche Constructors Inc 2 Business name/disregarded entity name, if different from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes. • • • • Individual/sole proprietor or C Corporation S Corporation Partnership Trust/estate single -member LLC Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) i► Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLG that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other (see instructions) I► 5 Address (ns.,rmber, street, and apt, or suite no.) See instructions, 361 71st Avenue 6 City, state, and ZIP code Greeley, CO 80634 7 List account nurnbeite) here (optional) Part I 4 Exemptions (codes apply only to certain entities, not individuals: see instructions on page 3): Exempt payee code (if any) Exemption from FATCA reporting code (if any) (Applies to accounts maintained outside tt:e U.SJ Requester's name and address (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see Now to get a TIN, later. Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. Certification Social security number or . i 4 Employer identification number 8 4 f .O( 0 6 1 7 0 2 6 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply, For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part Il, later. Sign Here Signature of U.S. person DP Date s► General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/Form W9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATiMr or employer identification number (E1N), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1O99-INT (interest earned or paid) • Form 1099-DIV (dividends, including those from stocks or mutual funds) ▪ Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party netvvork transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. if you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Contract Form New Contract Request Entity Information Entity Name* ROCHE CONS! _ RUCTORS, INC Contract Name* EVIDENCE STORAGE Contract Status CTB REVIEW Entity ID* @00004065 ❑ New Entity? Contract ID 3490 Contract Lead* SGEESAMAN Contract Lead Email. sgeesaman@co_weld.co.us Contract Description* NEW EVIDENCE STORAGE BUILDING FOR WELD COUNTY SHERIFF'S OFFICE_ Contract Description 2 Contract Type* CONTRACT Amount* $2,364,700 00 Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM - BU ildingGrounds@weldgov_co m Department Head Email CM-BuildingGrounds- DeptHeadPweldgov. com County Attorney GENERAL COUNTY ATTORNEY ENTAIL County Attorney Email CM- COUNTYATTORN EY@WELD GOV.COM Requested BOCC Agenda Date* 04106/2020 Parent Contract ID Requires Board Approval YES Department Project t Due Date 04,02,1'2020 Will aw©rk session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal eater 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 On Base Contract Oates Effective Date Review Date' 12/31/2020 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 12/31/2020 Contact Information Contact Info Contact Name Purchasirtg Purchasi Approval' Process +ent TOBY TAYLOR CM Approved Efate MOB/2020 IApprova AP *� C Agenda Date 4/20/2020 Originator SGEESAMAN Contact T Contact Email Finance = � BARB CONNOLLY Finance Appr 04/09/2020 Contact Phone 1 Contact Phone 2 Purchasing. �^ irate Tyner Ref AG 042020 BOB CHOATE Legal Counse! 04/13/2020 owed Cate DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 20, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Evidence Storage Addition; B2000080 As advertised this bid is for the construction of an addition onto the Crime Lab for the purposes of storing evidence. The low bid is from Roche Constructors Inc. and meets specifications. Therefore, Building and Grounds recommending the award to Roche Constructors in the amount of $2,364,700.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(a�weldcov.com E-mail: reverett@weldcov.com E-mail: rturf(a�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: MARCH 10, 2020 REQUEST FOR: EVIDENCE STORAGE ADDITION DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000080 PRESENT DATE: MARCH 11, 2020 APPROVAL DATE: MARCH 25, 2020 VENDOR ROCHE CONSTRUCTORS, INC 361 71ST AVE GREELEY, CO 80634 GROWLING BEAR CO INC 2330 4TH AVE GREELEY, CO 80631 SUN CONSTRUCTION & FACILITY SERVICES 1232 BOSTON AVE LONGMONT, CO 80501 MCCAULEY CONSTRUCTORS 650 INNOVATION CIRCLE PO BOX 200 WINDSOR, CO 80550 RHINOTRAX CONSTRUCTION 1035 COFFMAN ST, STE 110 LONGMONT, CO 80501 AMERICAN CONTRACTING, LLC 3131 S COLLEGE AVE, STE B FORT COLLINS, CO 80525 TCC CORPORATION 609 GRYFALCON CT, UNIT D WINDSOR, CO 80550 AMERICAN CONSTRUCTION SERVICES, LLC 1905 W 8TH ST, STE 215 LOVELAND, CO 80537 SAGE DESIGN BUILD LLC 4811 LONETREE DR LOVELAND, CO 80537 LANDMARK BUILDERS, INC 3812 CARSON AVE EVANS, CO 80620 TOTAL $2,364,700.00 $2,448,759.00 $2,449,214.00 $2,463.882.00 $2,476,440.00 $2,486,000.00 $2,545,609.00 $2,580,858.00 $2,830,000.00 $2,886,438.00 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. ao�o-o��3 b6-o4.oza
Hello