Loading...
HomeMy WebLinkAbout20201601.tiffMEMORANDUM TO: Weld County Attorney's Office, Purchasing Department, and Accounting Department DATE: March 3, 2021 FROM: Chloe A. Rempel, Deputy Clerk to the Board Supervisor SUBJECT: Agreement for Professional Services for Human Services Building B Remodel (Bid #B2000117) — American Construction Services, LLC Bid #B2000117 for the Human Services Building B Remodel was approved for $725,896.00 on June 15, 2020. Then, as part of the Agreement for Professional Services dated July 13, 2020, the overall amount was increased by $1,897.00 to include the addition of a builder's risk premium for American Construction Services, LLC, resulting in the total amount of $727,793.00. However, because the Bid was increased in the Agreement itself, rather than as a "reconsideration of Bid", the public record needs to be updated. This matter has been reviewed by Toby Taylor, Director of the Facilities Department, the Purchasing Department, the Accounting Department, and the County Attorney's Office. Document History for Project: 1. 6/1/20: Bid presented 2. 6/15/20: Bid approved for $725,896.00 3. 7/13/20: Agreement approved for amended amount of $727,793.00 to include addition of $1,897.00 4. 9/28/20: Change Order #1 approved for $9,256.87 to increase the size of the duct and remove the WT 5. 2/17/21: Change Order #2 approved for $5,290.00 to lower the ceiling and sprinkler heads, and to correct the restroom water line problem 6. 3/8/21: Staff memorandum as an Item of Communications on the Commissioners' Consent Agenda to reflect prior price increase for inclusion of a builder's risk premium Weld County • Clerk to the Board's Office • 1150 O Street, Greeley, CO 80631 • (970) 400-4213 • crempel@weldgov.com abnimuni ca,.tions 03/08-f D1 cc' eeCTTj,CAC(3G), 0700` 0 - 1(001 PuRCRT/CP), B&000D ACT(I3GlCO), O3103/�I FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 10, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Human Services building B Remodel — Change Order 2 (2020-1601) During the remodel, two items were discovered: 1. The HVAC ducting size will not allow the lights to be installed in one of the conference rooms. The solution is to lower the ceiling in this room. This action will also require lowering the fire sprinkler heads. This additional work will cost $1,863.00. 2. In the men's restroom, the supply water lines were discovered running horizontally versus the typically vertical. This routing conflicts with the restroom accessory items that need to be recessed into the wall. The costs to correct this issue is $3,427.00. Facilities Department is recommending approving this change order for a total amount of $5,290.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Cortsenf *Ida. Clot/ rt /24 ( 6&(-r7"04/ 1/..1-1 �opo - tpor ee00aa CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF FACILITIES AND AMERICAN CONSTRUCTION SERVICES LLC. This Agreement Amendment ("Amendment"), made and entered into %7 -141 day of February, 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Facilities, hereinafter referred to as the "Department", and American Construction Services LLC 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. 2020-1601, approved on July 13, 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. Change Order #2, dated February 3, 2021 is hereby incorporated as exhibits 1 -CO 2 & 2 -CO 2 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: Carolyn Klassen Printed Name n _� Signature ATTEST: Weld BY: ddcato) JC/60;,,k lerk to the Boa Deputy Cle o the :oard APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair FEB 1 7 2021 PPROVED AS O SUBSTANCE: Official or Department Head 02e02.0 -/6e1 AMERICAN CONSTRUCTION SERVICES, LLC An F:DWOSB Certified Firm • EXPERIENCE • PERFORMANCE • VALUE Exhibit: 1 -CO# 2 February 3, 2021 Curtis Naibauer Weld County Building& Grounds 1105 H Street P.O. Box 758 Greeley, CO 80632 RE: Human Services Building B — Change Order 2 Curtis, We are submitting Change Order 2 to lower the ceiling (including 2 sprinkler heads) in the conference room 3" to allow for installation of new light fixtures. General Conditions Fire Sprinkler (lower 2 heads) Remove and reinstall grid/tiles Subtotal OH&P Subtotal Bond Total CO Amount $ 250.00 $ 722.00 $ 600.00 $1,572.00 $ 236.00 $1,808.00 $ 55.00 $1,863.00 See attached subcontractor proposals. Please contact me with any questions. Thank you! aCuLOY Carolyn Klassen, President 1905 W. 8t' Street, Suite 215 Loveland, CO 80537 Ph: (970) 217-1258 Page 1 of 2 � Frontier Fire Human Services Bldg B American Construction Services, LLC 1905 W. 8th Street, Suite 215 Loveland, CO 80537 Attn: Carolyn Klassen Re: Human Services Bldg B Carolyn Lower Heads February 1, 2021 FFP COR 1 Contract Num. 20-26-6050 This letter and the attachments shall constitute a request for a change to our contract amount for work not included in our original bid documents. The scope for this change is as described below: Clarifications: • All work to take place in sequence. Inclusions: • All material, labor, and engineering to lower two heads in conference room where no work was scheduled to be completed. Exclusions: • Any work other than specifically described in this document. Our total price for the additional work described above is: $722 Per the contract agreement, Frontier Fire requests that a written contract change order, and/or written authorization based upon the total price for the work included within this document be issued to Frontier Fire prior to proceeding with the work. Frontier Fire reserves the right to an equitable adjustment for all costs and time impacts resultant, consequential, and/or otherwise associated with this changed condition. If you have any questions please feel free to call. Sincerely, Annemarie Noland Frontier Fire 2850 McClelland Dr Fort Collins, CO 80525 Ph: 970-945-3743 anoland@frontierfireorotection.com Page 2 of 2 Frontier Fire Human Services Bldg B American Construction Services, LLC 1905 W. 8th Street, Suite 215 Loveland, CO 80537 Change Order Request Re: Added Heads Part 1 Work performed by Subcontractor Line 1 Labor Costs (Standard Time) Line 2 Labor Costs (Overtime) Line 3 Total Labor Costs Line 4 Direct Materials Cost Line 5 Total Material Costs Line 6 Total Miscellaneous Line 7 Total Subcontract Costs Line 8 Total Shop Cost Line 9 Engineering Costs (Standard Time) Line 10 Engineering Costs (Overtime) Part 2 Subtotal COGS Line 11 Total Subcontractor's Overhead Part 3 Subtotal (with overhead) Line 12 Total Subcontractor's Profit Part 4 Subtotal (with profit) Line 13 Subcontractor's Bond Cost Part 5 Grand Total Change Order Proposal February 1, 2021 FFP COR 1 Contract Num. 20-26-6050 hours rate extended 4 76.56 306 0 96.11 0 203 0.00 0.00 0 1 39.15 39 1 77.52 78 0 108.90 0 306 203 0 0 39 78 0 10.00% x Part 2 5.00% x Part 3 0.00% x Part 4 625 63 688 34 722 0 722 MS DRYWALL COMPANY 11451 Jersey Lane Thornton, CO 80233 Telephone: 720-385-8398 CO PROPOSAL FEBRUARY 1, 2021 TO: AMERICAN CONSTRUCTION SERVICES, LLC PROJECT: HUMAN SERVICES BLDG B RENOVATION 315 N 11TH AVENUE GREELEY, CO 80632 WE PROPOSE TO PROVIDE LABOR AND MATERIALS AS REQUIRED TO FURNISH AND INSTALL THE FOLLOWING WORK AFTER HOURS IN ACCORDANCE WITH CO PROPOSAL REQUEST REMOVE EXISTING GRID IN SMALL CONFERENCE ROOM & REINSTALL 3" LOWER THAN EXISTING GRID BASE BID $600.00 Respectfully submitted by, Manuel Salazar AMERICAN CONSTRUCTION SERVICES, LLC An HDWOSB Certified Firm • EXPERIENCE • PERFORMANCE • VALUE Exhibit: 2 -CO# 2 February 3, 2021 Curtis Naibauer Weld County Building& Grounds 1105 H Street P.O. Box 758 Greeley, CO 80632 RE: Human Services Building B — Change Order 2 Curtis, We are submitting Change Order 2 to repair the water leak in Phase 3 men's restroom. This is an unforeseen condition as we were unaware that the waterline was running horizontally in the wall where bathroom accessories were to be mounted. General Conditions Drywall repair Plumbing repair Tile Repair Subtotal OH&P Subtotal Bond Total CO Amount $ 425.00 $ 850.00 $ 970.00 $ 648.00 $2,893.00 $ 434.00 $3,327.00 $ 100.00 $3.427.00 See attached subcontractor proposals. Please contact me with any questions. Thank you! O/3-(Dtv Carolyn Klassen, President 1905 W. 8th Street, Suite 215 Loveland, CO 80537 Ph: (970) 217-1258 MS DRYWALL COMPANY 11451 Jersey Lane Thornton, CO 80233 Telephone: 720-385-8398 CO PROPOSAL DECEMBER 10, 2020 TO: AMERICAN CONSTRUCTION SERVICES, LLC PROJECT: HUMAN SERVICES BLDG B RENOVATION 315 N 11TH AVENUE GREELEY, CO 80632 WE PROPOSE TO PROVIDE LABOR AND MATERIALS AS REQUIRED TO FURNISH AND INSTALL THE FOLLOWING WORK AFTER HOURS IN ACCORDANCE WITH CO PROPOSAL REQUEST REPAIR AREA IN MEN'S BATHROOM WHERE DRYWALL WAS CUT TO REPAIR WATER LEAK BASE BID $850.00 Respectfully submitted by, Manuel Salazar CORMAN MECHANICAL CONTRACTORS INC 1040 36TH STREET EVANS, COLORADO 80620 (970) 330-2216 • FAX (970) 330-6220 CHANGE PROPOSAL DECEMBER 10, 2020 CMC CP 1 ATTN: CAROLYN KLASSEN AMERICAN CONSTRUCTION SERVICES LLC 1905 W 8TH ST, STE 215 LOVELAND, CO80537 SUBJECT: WELD COUNTY HUMAN SERVICES BUILDING B THIS LETTER IS IN REFERENCE TO YOUR REQUEST FOR CHANGES ON THE SUBJECT PROJECT. FOLLOWING IS THE COST ASSOCIATED WITH THESE CHANGES. TO INCLUDE: • REPAIR OF WATERLINE IN WALL DUE TO LINE BEING DRILLED THROUGH. ADD $970.00 PLEASE CONTACT ME IF YOU HAVE ANY QUESTIONS AT 970-330-2216 SINCERELY, BROCK HORNUNG CORMAN MECHANICAL CONTRACTORS MAY WITHDRAW THIS PROPOSAL IF IT IS NOT ACCEPTED WITH IN 10 DAYS. IF ACCEPTED PLEASE SIGN BELOW AND EMAIL BACK TO brock@cormanmech.com. ACCEPTED BY: DATE Lissome Interiors Lissome Interiors 1930 Central Avenue, Unit C Boulder, CO 80301 303-619-0650 Job Quote For:Weld County human services Bid Date: 12/10/2020 Bid Amount: $648.00 Account: Attn: Carolyn phase 3 Change Order Item # Quantity Description Cost Total Tile 1.00 Tile Supply and install 18x18 HL04 Edgewood Daltile, 2x10 HL09 universal wall border tile, and 2x6 5-4269 Edgewood bullnose, to replace removed and damaged wall tile from water damage. Above does not include demo, washing, waxing, sealing or vacuuming of new floor or wall materials. 648.00 648.00 Sub -Total: $ 648.00 0.0009 - $ 648.00 All materials are FOB Boulder, CO Tax: I Total: Lissome Interior Services, Inc. Quoted By: Lindsey Baisch Date: 12/10/�/2020 Signature: 1 ne6ey sa1S0Y{ SIGN AND RETURN ONE COPY Company: Accepted By: Date: 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 24, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Human Services building B Remodel — Change Order (B2000117) The original construction plans showed the ducting for RTU-7 as a 41"x14" duct. Upon demolition of the sheet rock around the mechanical chase, it was discovered the ducting is only 38" x 12". This results in deficiency of 1,000 cfm needed to properly heat and cool the spaces of the remodel. In addition, the demolition revealed the presence of a Variable Volume and Temperature (VVT) bypass box that will not work with the current remodel design. The change order will increase the size of the duct to the correct 41" x 14" duct and remove the obsolete VVT (bypass). B&G is recommending approving this change order for a total amount of $9,256.87. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director C67 41. 57. erV 2020-1601 ;Gooa2 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND AMERICAN CONSTRUCTION SERVICES LLC. This Agreement Amendment ("Amendment"), made and entered into 23RD 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 American Construction Services LLC 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. 2020-1601, approved on July 13, 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. Change Order #1, dated September 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. CONTRACTOR: Carolyn Klassen Printed Name Signature ATTEST: Weld BY: erk to the Boar Deputy Cler o the Board APP VED AS TO FU ING� / La Jo'�a Controller APPRO.,AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair SEP 2 8 ZOZO APPROVED AS TO,SLIBSTANCE: cted ( icial or Department Head 46.2o- / AMERICAN CONSTRUCTION SERVICES, LLC An (:[AVOSII Certified Firm EXPERIENCE PERFORMANCF VALUE September 18, 2020 Curtis Naibauer Weld County Building& Grounds 1105 H Street P.O. Box 758 Greeley, CO 80632 ,w» wwrimaaffwe?n5'.'.Nittuf.Wi"-- _ ....Im Rt -gmMrt.. ✓ntemtwulafa'mosfilS 2 14+�;.eft4r.d4Yg*ae'"4Y[nli:—k?_ Exhibit: Charge Order # 1 RE: Human Services Building B — Change Order 1 Curtis, We are submitting Change Order 1 to encompass the HVAC changes indicated in RFI 6 response dated August 8, 2020 and RFI 8 Response received September 4, 2020. No general conditions are required for this work. HVAC OH&P Subtotal Bond Total CO Amount $7,815.00 $1,172.25 $8,987.25 $ 269.62 $9,256.87 See attached document for breakdown of HVAC amounts. Please contact me with any questions. Thank you! Reci444;,,,c) Carolyn Klassen, President 1905 W. 8th Street, Suite 215 Loveland, CO 80537 Ph: (970) 217-1258 Reeves Specialty Services, Ina CHANGE ORDER REQUEST ®ate: 09/11/2020 GC / Owner: American construction Contact: Carolyn Klassen, Project: Weld County Human services COR#002 Re: Per comments mentioned in RF1002($A) response. install 43"x17" O.D. duct with 1.5" liner to achieve 40"x14" I.D. supply dimensions to replace the previously mentioned (E) 38"x12" I.D. duct, including the stack 90. The contractor shall confirm supply and return duct dimensions, specifically the (E) 30"x16" I.D. supply and return within the chase that continues to (E) RTU-7 per the existing drawings. Please notify engineer of existing ductwork dimensions if found to differ from the sizes mentioned above and calculations will be updated to confirm adequate duct static pressure capacity. - IM 09/04/2020 Item Description Qty Labor - Field Labor Credit for Reusing (E) duct Labor - Shop Material credit for reusing (E) duct Tax On Material (Exempt) 10% Overhead 10% Profit Total - Subtotal - Labor Subtotal Material Total - Material Subtotal Cost 40 $85.00 ,$85.00 16 $75.00 f� 1 $1,500.00 a -8801.32 NOTE: Work will not proceed pending receipt of signed change order Total $3,400.00 $-340.00 $1,200.00 $4,260.00 $1,500.00 5801.32 $698.68 $0.00 $698.68 $4,958.68 $495.87 $5,454.55 $545.45 $6,000.00 Mike Harper Reeves Specialty Services, Inc. I certify that I am an authorized agent of the above contractor and hereby accept this proposal and authorize work to commence. In addition, 1 acknowledge that the payment terms are Net 30 days. In the event that legal action is necessary to collect any sum due under this contract, we hereby agree to pay reasonable attorney's fees, court costs, collection fees and interest in connection herewith. This bid is good for 30 days. P.O.. Box 472585 6 Aurora, Colorado 80047-2585 17240 E, Ohia Drive o Aurora, Colorado 80017 ' 308-873-0535 • Fay.: 303-873-8982 ntaiWalstalazswi Reeves Specialty Services, inc. HVAC • Sheetme of CHANGE ORDER REQUEST Date: 08/07/2020 GC / Owner: American construction Contact: Carolyn Klassen, Project: Weld County Human services COR#001( Re: Install round ducting in lieu of square per RFI#002 (plan reference attached) Provide: All round 14"/12" pipe/parts necessary to complete design mentioned in plan reference (RFI#002). Item Description Labor - Field Labor - Shop Labor - Service Subcontractors Qty Cost 0 $75.00 0 $75.00 0 $95.00 Total $0.00 $0.00 $0.00 $0.00 Subtotal - Labor $0.00 Material 1 $1,500.00 $1,500.00 Material 0 $1.00 $0.00 Material 0 $1.00 $0.00 Subtotal Material $1,500.00 Tax On Material (EXEMPT) $0.00 Total - Material $1,500.00 Subtotal $1,500.00 $150.00 $1,650.00 $165.00 Total - $1,015.00 One thousand Eight hundred fifteen dollars and no/100****************11,815,00 NOTE. Work will not proceed pending receipt of signed change order 10% Overhead 10% Profit Mike Harper Reeves Specialty Services, Inc. 1 certify that I am an authorized agent of the above contractor and hereby accept this proposal and authorize work to commence. In addition, 1 acknowledge that the payment terms are Net 30 days. In the event that legal action is necessary to collect any sum due under this contract, we hereby agree to pay reasonable attorney's fees, court costs, collection fees and interest in connection herewith. This bid is good for 30 days. Authorized Representative Date -tiritt , /AL1.!T P.C. Box 472585 aAurora; Colorado 80047-2585 17240 E. Ohio Drive , Aurora, Colorado 80017 303-873-0535 6 Fax: 303-873-8982 .r"r-i:k 3718 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & AMERICAN CONSTRUCTION SERVICES, LLC. HUMAN SERVICES BUILDING B REMODEL THIS AGREEMENT is made and entered into this � day of 202v � _, by and between the County of Weld, a body corporate and politic of the State Co ado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and American Construction Services, LLC. whose address is 1905 W 8TH Street, Suite 215 Loveland, CO 80537, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; 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 and Exhibit C: 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, B and C, each of which forms an integral part of this Agreement. Exhibits A, B and C are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A, B and C, 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. B2000117". The RFP 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. Exhibit C consists of Contractor's additional costs of $1,897.00 for required Builder's Risk Insurance Premium which the County has agreed to pay. 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 the Exhibits 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 'T- /3 - L' GO (,002,2 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 described in Exhibits A&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 successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $727,793.00, which is the bid set forth in Exhibit B and Exhibit C. 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. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 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; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; 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 Subrogation: 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. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: American Construction Services LLC. Attn.: Carolyn Klassen Address: 1905 W 8TH Street, Suite 215 Address: Loveland, CO 80537 E-mail: carolynk@acscompany.us Telephone: (970) 217-1258 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylor@co.weld.co.us 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 CONTRACTOR: 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. WITNESS WHEREOF, the parties hereto have signed this Agreement this ,(i.> day of , 2020. American Construction Services, LLC aCaLottrn `�a2a,2 ti7 By: Name: Carolyn Klassen Title: President Date 06/30/2020 WELD COide4) rs• •LO�� ATTEST: Weld • u ty Clerk_ the Bo : rd BY: Deputy Cle to t e Boar BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 3 Fred, Chair JUL 1_3 2020 A9020 -/6,o/ REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80031 DATE: APRIL 24, 2020 Exhibit A BID NUMBER: 82000117 DESCRIPTION: HUMAN SERVICES BUILDING B REMODEL MANDATORY PRE -BID CONFERENCE DATE: MAY 8, 2020 BID OPENING DATE: MAY 26, 2020 I. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"}, wishes to purchase the following: HUMAN SERVICES BUILDING B REMODEL A mandatory pre -bid conference will be held at 1:30 PM on Mav 8, 2020 at Human Services Building B, 315 North I 1 th Avenue, Greeley, CO 80831 to respond to written and oral questions and to provide any needed additional instruction to Architectural, Engineering and General Contracting firms on the submission of bids. We will be adhering to current state social distancing guidelines. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on May 26, 2020 (Weld County' Purchasingg Time Clack'. "PLEASE NOTE: 11 Uie it0 tie recent events surrounding the dC .,y � � � 1' C County Governments ;obi:ales are now closed to pubic: therefore, ti cs laid � � ir���oviil be held via ; xF� �� � conference cati, �€ r e e �`,� a � i �7 �1 fI for cY r a f � r (���'f� r<'�.�`J > P [ �a '1', � p * ~-••— �. - _-- por navirus (COM e =19) pandemic, the field PAGES 1 a- 10 OF THIS RE UEST FOR BIDS CONTAIN GENERAL. INFORMATION FOR TIME 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 which 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 on the BidNet Direct website at https // wvv.bidnetdirect.coml Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids(@,weidgov.cam; however, if your bid exceeds 25MB please upload your bid to htts //wmhidnetdirect.comi,. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. DHSTFUTI NS TO ADD IS: INTRO UCTORY INFORM N bids shall be typewritten or written in ink on forms prepared by the weld County Purchasing Department. Each old must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the Bull names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be si,• ned with Om legal narre of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. —he name of each person signing shall also be typed or printed below the signature. A bid by a person vwho affixes to his signature th,- word "president," "secretary," "agent," or other title wElhout disclosing his principal, may be held to the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. Ali correaons or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all f the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All d-:signations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be Zvi hdrawn upon written request to and approval of she Weld County Controller/Purchasing Director; said request being receivt :d from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the oid after it has been awarded. Late or unsigned *ids sha00 not be accepted r considered. It is the responsibility of the bidder to ensure that the bid arrives in the Meld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prier to the time of opening will be kept unopened in a secure place No responsibility will att;ch to the weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. In accordance with Section 14-9(3) of the Weld County Horne ule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. Weld County reserves the right to reject any and ail bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of weld County. The bid(s) may be awarded to more than one vendor. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Wore He shall carefully correlate his observations with requirements o`° the Contact Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending ;performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguitis or is in doubt as t•.- the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will 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 ControllerPturchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of :;ids, The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawiings other than by duly issued Addenda. Preparation of the Bid: Bi Jders are required to use the Propos {I Forms which are included in this package and on the basis indicated in the did Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed it thai corporate name by the president or a vice president (or other corp• rate officer accompankd by evidence of auth rity t•, sign) : ,nd the crporate seal shall be affixed and att-sted by the seer{ -:tare or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names f all insons signing must b l printed below their signatures. A power of attorney must accompa�iy the signature of anyone not otherwise authorized to bind the Bidder. 2000117 2 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 xecuted, and delivered to the pLce where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to 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. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are •;pened. 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 bidder whose Rid compares favorably upon evaluation with other Bids. Weld County Mends to award the Contract tthe lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors hFe2 expects to use in the Work with the Bid. The experience statement with perinent inf•rmation on similar Projects shall be furnished with the name of each Subcontractor proposed to perf:•rm work on the project. The use of Subcontractors listad 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 submit 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 (I 0) calendar days of receipt of the (Notice of Award. The Certificate of Insurance shall name Weld County as additional insnd. Failure to execute the contract .,nd furnish the required paperwork within the time frame mentioned above shall be just cause for ,h`-: annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the aunty 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 services), the successful bidder's response, and the formai acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bad by liVaDd County. The County may require a separate contract, which if required, has been made a part of th as 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 C:• ntract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds 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 Weld County. The :Adder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of ; all construction licenses, building and other permits, andgovernmental inspec ions require by public authorities for performing the Work, which 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 b`t included in the Bid price. 82000117 3 Utilities: Unless otherwise specified, the Bidder shall include- in his Bid the cost of all electrical, water, sanita gas, telephone, and similar facilities and services r :quired by him in performing the W� rl�. Cash Allowances: The Bidder shall include in his Bid such sums as he deems proper for overh pro i s ors acoun of cash allowances named in the Bid Documents. \l ad c sts and 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by careful examination, satisfy himself of the following: Mature and location of the site where the Work is t•: be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered Character of construction eq ipment and facilities needed for performance of th General l cal conditions. Availability of lands as set forth in the General Conditions. _, Work. Access to the Site: The Bidder shall careully review the Drawings and the Project Special Conditions for provisions concerning access to the site during petrmance of the Work. The Bidd-ar shall carefully review the locatins of the site where the work is to be performed. The Bidder shall mate all arrangements, as deemed necessary, for access to property ou:tsioe of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES — ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work unde7 this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the Stag- of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ •rcontract with an illegal alien to pa rform work 2 contract with a subcontractor that fails to certify with successful bidder that the subcontractor shall not knowingly emoisy or contract with an illegal alien to perform work under this greement. Successful bidder n t use &Verify Program or State of Colorado program procedures to undertake pre -employment screering or ob applicants while this Agreement is being performed. If Successful bidd -;r btins .ctual knowledge that a subcontr..icor perF rming 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 Successul bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall t= rminate the subcontract if a subcontractor does riot stop employing or contracting with the illegal an within three (3) days of receiving notice. Successful bidder shall not terr )inate the contract if within three days the subcontractor provides information to establish that the subcontractor nas not knwingly employed or contracted wafh an illegal alien. Successful bidder shall comply with reasnable requests made in the curse rof ar investigation, undertaken pursuant to C.R.S. 8-17.5-102(5), by the Colorado Department of Labor and Employment. Of Successful bidder participates in thi State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform w rk under the contrac7 affirm that Successful bidder has examined the legal °: ork status of such employee, retained file copies of the documents, and not altered or falsified the identificataon documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comp y with all of the other requirements of the State t• f Colorado program. Of Successful bidder fails to compiy with any raquirernent of this provision or of C.R.S. §3-17.50101 et seq., County, may t-frrininate this Agreement for breach, anc if so terminated, Successful bidder shall be liable for actual and consequential damages. e1/4 B2000117 Excpt where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder mus. confirm that any individual natural person eighteen (18) yars of age or older is lawfully present in the United States pursuant to C. Q.S. § 24-76.5- 103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C. .S. § 24-76.5-103 pri • r t the effective date f the contract. 9e GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." H wever, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to C BRA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and e mployees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its e mployees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld Cunty and Id County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability •;r understanding, except as expressly set forth in the contract. Me successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and u nemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Laver: The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. B2000117 5 1 t 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 provisi•;n included or incorporated herein by reference which conflicts wish said la s, rules and/or regulations shall be null and void. G. !o Third -Party Benefici, 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 net 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 Csts: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agre}it, that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors is^rforming 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 terra of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Terr aradon: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. F=urthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modifican: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the eve-nt 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 services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. N. Subs ntrac ors: 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 soie discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this B2000117 1 7 6 Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. 'he successful bidder shall be responsible for the acts and omissions of its agents, employees and subc,ntractors. oe 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. Contractor 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 foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which contractor must correct any failures or deficiencies caused by contractor's w, rkmanship or performance. T is warranty shall commence on the date of County's final inspection 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 her -under without such prior approval by County shall, at tee option of County, aut•matically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or pers•ns to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-°18-201 et seq. and §24-50-507. The signatories to this greement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may r: -suit, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rules practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability. If any terra or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Compliance with Davis-Bac n Wage Rates. The successful bidder understands and agrees that, if required by the scope of work, the w * rk shall be in compliance with the Davis -Bacon Wage Rates. V. Board of County Commissioners of weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. W. Compensation Amount. upon the succ-ssful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "ciange order" authorizing such additional payment has been specifically approved by the B2000117 7 Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to th Weld County Code. County will not withhold any taxes from monies p _ id to the successful bidder hotreunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement cr 10e INSURANCE REQU SEMEN S General Requirements: successful bidders/Contract Professionals must secure, at or before the time of _.xecution of any agreement or cocmmencemEnnt of any work, the following insurance covering all operations, goods or services provided pursuant to this rF,quest. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of .he above -described policies by canc led or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/(purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non payment of premiums for which notice shall be sant ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the successful bidder/Contract Professional, successful bidder/Contract Professional shall be responsible for the mment of any deductible or self -insured retention. County reserves the right to require successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. lax The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not d -crease 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 from liabilities that might arise out of the performance of the work under this Contract by the successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder/Contract Professional shall maintain, a° ots own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDE yf VIY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, 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 law, 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 judgm nt costs where this contract of indemnity applies. In consideration of the award of this contract, the successful bidder agrees to waive all rights of subrogation against the County its associated and/or affiliate° &Itities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. B2000117 Types of Insurance: The successful bidder/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 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) Statutory Coverage B (Employers Liability) $ 500,000 $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, 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, ISO CG 2503 or equivalent additional insured --owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured owners, lessees 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 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" and the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $500,000 errors and omissions. $5,000 Medical payments one person Automobile Liability: Successful bidder/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. 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 or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. Successful bidders/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 successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Disk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Successful bidder/Contract Professional's insurer shall name County as an additional insured. B2000117 9 Waiver of Subrogation: For all coverages, Successful bidder/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 sarne coverages required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub - vendors supplieers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/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. q provoderof Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract. 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, p rent, 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. B2000117 in SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Human Services uiiding B Remodel This project consists of interior renovations, carpet and furniture replacement to Human Services Building B. The building is located at 315 N 11th Avenue, Greeley, Co 80631. Scope of work: This project will consist of general contractor performing renovations to the space to renovate existing office area. In addition to plans and specifications attached that detail the scope, work shall include: 1. Remove existing walls, flooring, ceilings, support structures and lighting as necessary to construct new offices and conference rooms. 2. Construct walls as shown on drawings. 3. Provide new doors, frames and hardware as specified. 4. Repair / replace acoustical ceilings that have been disturbed during construction. Replace ceiling tiles that had power and data poles going through them from the previous furniture arrangement. 5. Install new casework in break areas and restrooms as shown on drawings. 6. Paint all walls, hard ceilings, stairs, door and steel window frames and railings throughout the building. All walls shall be patched and re -textured prior to painting. 7. All lighting to be replaced with new dimmable LEIS fixtures per plan. 8. Install new ducts, louvers and grilles per mechanical drawings. 9. All mechanical systems controls shall be integrated into Johnson Controls Metasys system. All HVAC equipment shall be capable of being monitored and controlled remotely. The following points are required for each applicable component: VFD Control System Fan Start/ Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Ternp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status VFD Command 0% to 100% Control VFD Status Constant Volume Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status Bypass Damper 0% to 100% Control Bypass Damper Status B2000117 11 VAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0%to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. FPSVAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan On Fan Off FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 04/ to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off 10. Add / move fire sprinklers and fire alarm devices as necessary per authority having jurisdiction. GC to provide and pay for all engineering and any costs and fees for permits and inspections for fire alarm and fire sprinkler systems. 11. All lighting and power changes to be per electrical drawings. GC to provide all data boxes and conduits inside the walls with pull strings to above accessible ceilings and marked as to location of box. 12. Per phasing schedule, existing furniture will be removed, walls will be painted, flooring replaced, and new furniture will be installed. GC will be responsible for carpet removal and painting. 13. GC's electrical contractor will be responsible for disconnection of existing furniture and re -connection of power to new furniture as it is installed. All furniture removal, replacement and data cabling will be by the owner. 14. Each phase of construction shall include time for the County to remove existing furniture, install carpet, install furniture, install data cabling and move people and belongings into and out of each phase. The overall schedule provided by the contractor shall show time solely dedicated for each of these items. 15. All work will be completed at night between the hours of 5;30 PM and 6;30 AM; Monday through Friday, or on weekends and holidays when the building is not occupied. 16. All work areas must be cleaned and ready for business when the building opens every morning. All trash and debris shall be removed from the site and properly disposed of. 17. The project will be permitted through the weld County Building Department. Fees for permits will be waived. 18. Davis -Bacon and Buy American requirements are NOT required. B2000117 17 19. No bid bond is required for this project. 20. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 21, It is anticipated that a contract will be ready by June 19th, 2020. Project Prase Transition Re uirements& Project shall be completed in phases as shown in the specifications. Each phase will have time allotted before the next phase can begin for owner to complete flooring, furniture, cabling and personnel moves. During these times, the only work the contractor will be able to complete will be electrical disconnection and connection of owner supplied office furniture. The following time durations shall be accounted for in the contractor's schedule and included in the total bid price. Phase 1 — Phase 2 transition 28 working da s Phase 2 Phase 3 transition 23 workin da s — Phase 3 — Phase 4 transition 21 working days Phase 4 — Phase 5 transition 24 workinda s P *o eet the uIel FI ' I.. A a1lI,.,V.WMR The following schedule is a representation of the anticipated time each phase will take. It will be up to the GC to finalize this schedule and determine the actual dates for each phase. The dates shown below are the times that are anticipated for the GC to complete construction and the times allotted for the owner to complete furnishings and personnel moves. If the GCs schedule moves forwards or backwards, the project phase transitions (above) will still be provided. Phase title Phase start 1 Phase completion Phase 1 GC construction phase 7/13/20 8/21/20 Phase 1 — 2 8/24/20 10/2/20 owner work phases Phase 2 GC construction phase 10/5/20 10/16/20 Phase 2 — 3 10/19/20 11/20/19 owner work phases Phase 3 GC construction phase 11/23/20 12/18/20 Phase 3 — 4 12/21/20 1/15/21 owner work. phases Phase 4 GC construction phase 1/18/21 2/12/21 Phase 4 — 5 2/15/21 3/19/21 owner work phases Phase 5 GC construction phase 3/22/21 4/16/21 Final owner set up phase 4/19/21 5/14/21 Project Completion: Date of this Bid Advertisement Date Pre -Bid Conference Proposals Are Due Contract Award Notice Project Completion April 24, 2020 April 24, 2020 May 8, 2020 May 26, 2020 June 10, 2020 May 21, 2021 B2000117 13 Fees Provide an attached list of all monthly general condition items and their associated costs. This will be used for determining actual costs for claims of delays caused by the owner. These should include any costs that the contractor would incur because of a delay by the owner. Please provide a total monthly cost in the space provided as well as a separate breakout attachment. This price shall include, supervision, project: management, truck and fuel costs, temporary facilities, office costs, equipment rentals and any other line item costs that will be extended due to a delay. All general conditions costs that will be required to complete this project as designed shall be included in the total construction bid. This breakout cost will only be used in the case of owner delays or additional scope added to the project. ADDITIONAL MONTHLY GENERAL CONDITIONS COSTS $ TOTAL $ Please note that due to the Coronavirus (COVID-19) pandemic, the Weld County Government lobbies are now closed to the public. Many of us are now teleworking or may be required to An the eery near future° with that said, the following changes have been made t,o our current Nil � process u nti �� � • 9Fru a notice: 1. No hard copies of bids will be accepted. 2. If multiple copies of the bid were requested per the original bid specifications, please disregard. Only one electronic copy is needed. 3. Email bids to bidsAweldgovecom. If your bid exceeds 25MB please upload your bid to https_://www.bidnetdirect.com/. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. A mandatory preast?id conference will be held on May 8, 2020 at 1:30 PM at Human Services Building B located at 3'15 North 11th Avenue, Greeley, CO9 80631. we will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than May 261 2029 at 10:00 0 AM (WELD COUNTY PURCHASING TIME CLOCK). N G a To join call: PHONE NUMBER: 1 (720) 439-5261 CONFERENCE ID: 4279671290 a 0 0 A N•i 'WA S tl Ci Y S7 E CONFERENCE CA B2000117 17 14 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. #62000117. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local takes. 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. 5s Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of county Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, 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. DQ NOT NEED TO SEND BACK PAGES 1 -10. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director B2000117 15 Human Services building B renovation B2000117 Questions & Answers 1) Question: General notes say to fill and patch any holes in existing walls. What holes are in the walls? Answer: All holes and dents in existing drywa0 as well as all holes in areas where office furniture, bulletin boards, pictures, etc. are removed shall be patched, re - textured and painted to match existing walls. Where office furniture is removed, the molly's that hold the furniture to the wall will be removed and contractor shall patci„ retexture wall, and prime & paint. 2) Question: Is the accent color in reception to also be painted PNT-1? Answer: Re -paint the accent color with the existing color. 3) Question: Are the existing wood doors to have another coat of lacquer? Answer: lightly sand and refinish all existing wood doors. 4) Question: will the existing areas utilize existing cove base or will all be replaced? Answer: k I carpet and all cove base will be removed by General Contractor. Owner will supply and install new cove base at any carpeted areas. GC is responsible to supply and install base at all other areas. The area wnere the cove base was removed will need area to be prepped and painted due to new base may not align where the former base once did. 5) Question: will the corner guards be replaced? Require all new? Answer: Existing corner guards to remain and not be painted over. 6) Question: The door schedule calls for HM door frames to be PNT-1. Should these be PNT-2? Answer: HM rames shall be PNT-2 7} Question: Will the metal stair rails be painted PNT-2? Answer: All normally painted surfaces in the building shall be painted or re -painted. 8) Question: Will the existing HM door frames be painted? Answer: All normally painted surfaces in the building shall be painted or re -painted. 9) Question: What will be the color for the painted metal at the entry on the north side of building? Answer: The existing entry canopy on the North side of the building will be re -painted and the wood ay the roof deck will be re -stained and sealed. Colors for the paint and stain will be determined at a later date. 10) Question: All window frames get painted? Answer: All normally painted surfaces in the building shall be painted or re -painted. 11) Question: Any window coverings the GC will need to deal with? Answer: Any existing window coverings in the building will neect to be removed to prevent damage in order to paint and re -installed after painting is completed. 12) Question: Do you have furniture & IT schedules for each phase? Duration of schedule? Answer: These are all shown in the scone of work. 13) Question: Front metal or interior stair treads get painted? Answer: Yes. 14) Question: AS1.10, extent of Sidewalk? 5"? any railing? Answer: 5" thickness is acceptable. No new railings are required. Existing railing will need to be modified and repaired for new sidewalk access 1S) Question: 101A door, double door —clarify hardware? Hardware on both doors? Answer: Both leaves of this opening shall have panic devices and door closers. Please add door pulls to the exterior side of this door and a removeable mullion. Delete reference to an electric strike. 16) Question: A1.10, General Notes: include allowance for 1000 SF of ceiling tile....? Please clarify? Are we replacing ACT as needed for remodel? Answer: General contractor to replace all ceiling tiles that they damage or that need to be replaced due to construction work in this bid. This additional 1,000 SF of tile is to be used at owner's discretion to replace existing tiles in building that are currently damaged or in need of repair in other areas. 17) Question: Existing gyp board ceilings remain? Just paint? Answer: Existing gyp ceilings are to remain and be painted. GC will be responsible for any patching and repair to there prior to painting. 18) Question: TC — Toilet Seat cover, is this by owner or GC? Answer: Disregard toilet seat covers. They will not be required. 19) Question: New walls are NOT to deck? Answer: New walls do not need to go to deck . 20) Question: 1018 door, do you want a lock on it? Answer: This door is to have a closer and an electric strike as shown on the plans. Add 1 AL80PD storeroom function lockset and delete reference to card reader. Owner to provide card reader. 21) Question: In room next to office 105, is there a door there? Doesn't show one. Answer: There is an existing door into this office. Disregard demo plan showing this door to be demoed and infilled. Existing door to remain as is. 22) Question: Specs for the bifold door (1010)? Answer: Door track to be a heavy-duty commercial grade track. Door to be 13/8" thick solid core. Match existing door finishes. 23) Question: Do you want all exterior doors/frames painted? Answer: Yes. Interior side of all exterior door to be painted PNT-2. Exterior side of these doors shall be painted with a color to match existing color. 24) Question: Will owner provide the rubber base in breakroom? GC is installing VCT. Answer: No. GC will provide any base at flooring they install. Owner will only provide base at carpeted areas. The GC base will need to match owner's color 25) Question: Signage for project? Assume restroom signs. Any others required? Answer: Restroom signs only. 25) Question: Due to the fact this project is cut into 5 phases, can we bill/ invoice either monthly based on the percentage of work that is complete at that time, or can we bill for each phase as they are fully completed? Answer: Invoices can be billed monthly. An AIA type breakdown will be required. 27) Question: Are we to replace the toilet partitions and grab bars, or to re -use the existing? If the existing are to remain, will the existing units get repainted, or remain as is? Answer: All toilet partitions and grab bars shall be new. Toilet partitions shall be powder coated steel partitions. Color to be selected from manufacturers standard color chart.. 28) Question: will the owner replace the mirrors along with the other restroom accessories, or leave them, in -place? Answer: GC to replace :all bathroom accessories except for paper towel dispensers, trash receptacles, hand soap dispensers and toilet paper dispensers. 29) Question: Will the owner be supplying & installing the 2 Motorized Projection screens and the two ceiling mounted projectors? Answer: lies, owner will provide and install these. 30) Question: Can you please provide a spec for the Sidewalk Chase (Drain)? Answer: A standard diamond plate steel sidewalk chase plate with a concrete channel to let water run through will be accepta'oL 31) Question: Can we re -use/ re -install the demoed door & sidelight frames? A nswer: No, provide nevy frames. 32} Question: Can you provide a spec for the power poles (Type and model)? Answer: Power and data poles will be supplied and installed by furniture contractor and not .a part of this bid. Hectrical contractor be responsible for re -connecting power to the furniture after the power poles are installed. 33) Question: Under Scope of work, line 10: what does it mean "GC to provide and pay for all engineering"? Verify what is meant? We assume no engineering will be required. Answer: Line 10 refers to fire alarm and fire sprinkler systems modifications. GC may need to provide drawings and calculations to the fire department in order to obtain a permit for this work. All costs associated with the design and engineering for this, as well as the costs of these permits will be by the GC, 34) Question: Verify that the GC will demo the carpet : base, but the owner will replace the existing carpet & base. Answer: GC is responsible for the removal of all flooring on this project. Owner will supply and install all carpeting and rubber base at carpeted areas. All other flooring and base at these areas will be by GC. 35) Question: Not all Counter tops are marked on details (as shown in the Countertop Schedule). Please provide proper labeling for all countertops in drawings. Answer: Disregard countertop schedule. There are countertops in six restrooms, (3 men's and 3 women's), 1 lactation room, 1 coffee bar area, and 1 breakroom area. All countertops shall be solid surface material as called out CNT-1. Backsplashes will be required at all countertops. 36) Question: Verify if we are to paint the handrails going down the stairs? Verify if we are to paint the exterior handrail at the new exterior door and sidewalk? Answer: Yes. All railings to be painted. Exterior paint color will be determined at a later date. 37) Question: Verification & Correction required: On page P2.1 Shows the 1st floor drinking fountain on an adjacent wall (Near line 4.4 - B). This should be just outside the Public women's restroom (same as the existing location). Refer to Page A1.00 for demo location, and A1.10 new location for the correct locations. Answer: Plumbing plan shows the correct location of the existing drinking fountain. Install new drinking fountain at current location shown on plumbing plans. 38) Question: Verify if a drinking fountain is existing and should be replaced just outside the 2nd floor men's & women's restrooms. Bone is shown on the demo or floor plans but seems like there should be one. See page A1.20 & A1.21, line 5.5 — D. A new unit is shown on the plumbing plan (page - P2.2, line 5.5-D). Answer: Refer to addendum 39) Question: Is there any work in the Vestibule, Stair 1 and 2, or Mechanical/Electrical rooms? Answer: Drywall patching and texturing as required and painting of all surfaces that have been previously painted. 40) Question: Please confirm that owner is responsible for removing and replacing all furniture and cubicles. Answer: Owner will remove all and replace all furniture and cubicles. Contractor will be responsible for disconnecting and re -connecting electrical to them and patching any drywall damage from where they were removed from walls. 41) Question: Are break room and coffee bar appliances provided and installed by owner? Answer: Yes. 42} Question: Sheet A4.11 Level 1 RCP shows some ceiling tiles using black lines and some using gray lines. Is this defining areas of new ACT? Note that Sheet A4.21 Level 2 RCP does not differentiate in this way. Answer: This was inadvertent. Contractor will be responsible for replacing tile in areas where walls are removed or ceilings damaged. All tile and grid to be replaced to be a seamless installation that doesn't look like a patch. 43) Question: Please confirm manufacturer and product of existing ACT to be matched. Answer: we do not have records of the tile that was used. Contractor to provide the that matches existing. 44) Question: Please confirm what material is to be used for WB-2. Answer: WB-2 will be rubber base supplied and installed by GC. 45} Question: The storage rooms appear to have the same hatching as the breakroom, which is to receive new vCT, but no notes call out new flooring in these storage rooms. Please advise if these rooms are to receive new flooring and if so, what type. Answer: Please see flooring legend in upper left-hand corner of page. 46} Question: The bathrooms appear to be getting new vanities, but it is not clear what material they are. Please advise if the material type (plastic laminate, solid surface, etc) and if they are solid surface, are the sinks to be drop -in or integral? They elevations on the drawings appear to show a drop -in style sink. Answer: Countertop material is called out on page A5.10 and plumbing fixtures are ,al{ed out on the plumbing plans. Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Human Services Building B Remodel This project consists of interior renovations, carpet and furniture replacement to Human Services Building B. The building is located at 315 N 11th Avenue, Greeley, CO 80631. Scope of Work: This project will consist of general contractor performing renovations to the space to renovate existing office area. In addition to plans and specifications attached that detail the scope, work shall include: 1. Remove existing walls, flooring, ceilings, support structures and lighting as necessary to construct new offices and conference rooms. 2. Construct walls as shown on drawings. 3. Provide new doors, frames and hardware as specified. 4. Repair / replace acoustical ceilings that have been disturbed during construction. Replace ceiling tiles that had power and data poles going through them from the previous furniture arrangement. 5. Install new casework in break areas and restrooms as shown on drawings. 6. Paint all walls, hard ceilings, stairs, door and steel window frames and railings throughout the building. All walls shall be patched and re -textured prior to painting. 7. All lighting to be replaced with new dimmable LED fixtures per plan. 8. Install new ducts, louvers and grilles per mechanical drawings. 9. All mechanical systems controls shall be integrated into Johnson Controls Metasys system. All HVAC equipment shall be capable of being monitored and controlled remotely. The following points are required for each applicable component: VFD Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status VFD Command 0% to 100% Control VFD Status Constant Volume Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status Bypass Damper 0% to 100% Control Bypass Damper Status 62000117 11 VAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. FPBVAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan On Fan Off FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off 10. Add / move fire sprinklers and fire alarm devices as necessary per authority having jurisdiction. GC to provide and pay for all engineering and any costs and fees for permits and inspections for tire alarm and fire sprinkler systems. 11. All lighting and power changes to be per electrical drawings. GC to provide all data boxes and conduits inside the walls with pull strings to above accessible ceilings and marked as to location of box. 12. Per phasing schedule, existing furniture will be removed, walls will be painted, flooring replaced, and new furniture will be installed. GC will be responsible for carpet removal and painting. 13. GC's electrical contractor will be responsible for disconnection of existing furniture and re -connection of power to new furniture as it is installed. All furniture removal, replacement and data cabling will be by the owner. 14. Each phase of construction shall include time for the County to remove existing furniture, install carpet, install furniture, install data cabling and move people and belongings into and out of each phase. The overall schedule provided by the contractor shall show time solely dedicated for each of these items. 15. All work will be completed at night between the hours of 5:30 PM and 6:30 AM; Monday through Friday, or on weekends and holidays when the building is not occupied. 16. All work areas must be cleaned and ready for business when the building opens every morning. All trash and debris shall be removed from the site and properly disposed of. 17. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 18. Davis -Bacon and Buy American requirements are NOT required. 82000117 12 19. No bid bond is required for this project. 20. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 21. It is anticipated that a contract will be ready by June 19th, 2020. Project Phase Transition Requirements: Project shall be completed in phases as shown in the specifications. Each phase will have time allotted before the next phase can begin for owner to complete flooring, furniture, cabling and personnel moves. During these times, the only work the contractor will be able to complete will be electrical disconnection and connection of owner supplied office furniture. The following time durations shall be accounted for in the contractor's schedule and included in the total bid price. Phase 1 — Phase 2 transition 28 working days Phase 2 — Phase 3 transition 23 working days Phase 3 — Phase 4 transition 21 working days Phase 4 — Phase 5 transition 24 working days Project Schedule: The following schedule is a representation of the anticipated time each phase will take. It will be up to the GC to finalize this schedule and determine the actual dates for each phase. The dates shown below are the times that are anticipated for the GC to complete construction and the times allotted for the owner to complete furnishings and personnel moves. If the GCs schedule moves forwards or backwards, the project phase transitions (above) will still be provided. Phase title Phase start Phase completion Phase 1 GC construction phase 7/13/20 8/21/20 Phase 1 — 2 owner work phases 8/24/20 10/2/20 Phase 2 GC construction phase 10/5/20 10/16/20 Phase 2 — 3 owner work phases 10/19/20 11/20/19 Phase 3 GC construction phase 11/23/20 12/18/20 Phase 3 — 4 owner work phases 12/21/20 1/15/21 Phase 4 GC construction phase 1/18/21 2/12/21 Phase 4 — 5 owner work phases 2/15/21 3/19/21 Phase 5 GC construction phase 3/22/2l 4/16/21 Final owner set up phase 4/19/21 5/14/21 Project Completion: Date of this Bid Advertisement Date Pre -Bid Conference Proposals Are Due Contract Award Notice Project Completion B2000117 April 24, 2020 April 24, 2020 May 8, 2020 May 26, 2020 June 10, 2020 May 21, 2021 13 Fees: Provide an attached list of all monthly general condition items and their associated costs. This will be used for determining actual costs for claims of delays caused by the owner. These should include any costs that the contractor would incur because of a delay by the owner. Please provide a total monthly cost in the space provided as well as a separate breakout attachment. This price shall include, supervision, project management, truck and fuel costs, temporary facilities, office costs, equipment rentals and any other line item costs that will be extended due to a delay. All general conditions costs that will be required to complete this project as designed shall be included in the total construction bid. This breakout cost will only be used in the case of owner delays or additional scope added to the project. ADDITIONAL MONTHLY GENERAL CONDITIONS COSTS $ 14,561.00 TOTAL $ 725,896.00 Please note that due to the Coronavirus (COVID-19) pandemic, the Weld County Government lobbies are now closed to the public. Many of us are now teleworking or may be required to in the very near future. With that said, the following changes have been made to our current bid process until future notice: 1. No hard copies of bids will be accepted. 2. If multiple copies of the bid were requested per the original bid specifications, please disregard. Only one electronic copy is needed. 3. Email bids to bidsawelduov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. A mandatory pre -bid conference will be held on May 8. 2020 at 1:30 PM at Human Services Building B located at 315 North 11th Avenue, Greeley, CO, 80631. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than May 26, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID OPENING: MAY 26, 2020 @ 10:00AM - VIA A SKYPE CONFERENCE CALL To join call: PHONE NUMBER: 1 (720) 439-5261 CONFERENCE ID: 427961290 B2000117 14 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. #82000117. 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 American Construction Services, LLC BY Carolyn Klassen (Please print) BUSINESS ADDRESS 1905 W. 8th Street, Suite 215 DATE 05/26/2020 CITY, STATE, ZIP CODE Loveland, CO 80537 TELEPHONE NO 970-217-1258 FAX TAX ID # 81-1161051 SIGNATURE er AcLV *e"6I'2"° E-MAIL carolynk@acscompany.us **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 1-10. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director B2000117 15 Weld County Public Works Addition Bid No: 82000107 Monthly General Condition Items Supervision Project Management Vehicle Expense Temp Fencing Temp Toilets Dumpster Conex Storage Office Trailer $ 8,324.00 4,162.00 320.00 430.00 160.00 500.00 105.00 560.00 $ 14,561.00 Form W-9 (Rev. November 2017) Department of the Treasury internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.lrs.gov/FormW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS. O 1 Name fag shown on your income tax return). Name is required on this line; do not leave this line blank. American Construction Services, LLC 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. ❑ IndivlduaVsole proprietor or ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate single -member LLC Q Limited liability company. Enter the tax classificabon (C=C corporation, S=S corporation, P=Partnership) ► 5 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 LLC 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) ► 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) Kop9es to accounts moi MAK, ours/de the U.S.) 5 Address (number, street. and apt. or suite no.) See urswuct 1905 W. 8th Street, Suite 215 6 City, state, and ZIP code Loveland, CO 80537 7 gist account number(s) hero (optional) Requester's name and address (optional} Part I 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 How 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. Social eecurity number or Employer Identification number 8 1 1 1 6 1 0 S 1 Part II Certification 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 1 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 thls 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 II, later. Sign Here S.S. person of / ►D U.S. parson ► !l APP 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/FomrW9- 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 (ITN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information retum 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 1099-INT (interest earned or paid) °ate► 11/21/2019 • 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 network 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. 11-2017) ADDENDUM#1 BID REQUEST NO. B2000117 B2000117 - HUMAN SERVICES BUILDING B RENOVATION Buildings & Grounds Dept. Existing plan page A1.00: Existing plan shows west wall at lobby to remain. New plan page A1.00: Shows wall at west side of lobby removed and concrete demoed to allow for new waste piping. Patch and repair drywall where wall is removed. Existing plan page P2.1: Existing plan shows EWC-1 at west wall of lobby. New plan page P2.1: Shows EWC-1 relocated to wall of women's restroom. Provide new underground waste piping to tie into existing sewer, tie vent and CW piping into existing above restroom. ***We need signed copy on file. Thank You!*** Addendum received by: May 15, 2020 American Construction Services, LLC FIRM 1905 W 8th Street, Suite 215 ADDRESS Loveland, CO 80537 CITY AND STATE CAADItri Velar.Z BY carolynk@acscompany.us EMAIL Iff) Flood and Peterson June 25, 2020 Carolyn Klassen American Construction Services, LLC 1905 W. 8th Street, Suite 215 Loveland, CO 80537 Exhibit C Re: Builders Risk for Weld County Human Services Building B Remodel, 315 N. 11th Ave, Greeley, CO 80631 Carolyn, Details are below on the Builder's Risk quote we discussed. Effective Date: 7/13/2020 - 7/13/2021 Project Limits: Limit for any one Building or Structure: $681,231 Limit for all Buildings or Structures at Any One Job Site $681,231 Covered Property in Transit $100,000 Covered Property in Temporary Storage or Off Site Fabrication $100,000 Delay In Completion Coverage: Soft Costs $44,665 Deductible: $2,500 Valuation: Replacement Cost Coinsurance: N/A Permission to Occupy is Granted Total Premium: $1,897 Terrorism Premium $28 Minimum Earned Premium $500 Please let us know if you need anything else. Thank you, Karen George, CISR Account Manager kgeorge@floodpeterson.com 2000 S. Colorado Blvd. 1-4000, Denver, CO 80222 (720) 977-7110 FloodPeterson.com A� E1 EVIDENCE OF PROPERTY INSURANCE DATE(MM/DD/YYYY) 6/30/2020 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. AGENCY I(PHO/(370)356-0123 AC, NNEo, Ertl: COMPANY Hanover Insurance Group PO BOX 890678 Charlotte NC 28289-0678 Flood and Peterson PO Box 578 Greeley CO 80632 FAX (A/C, No (970)330-1867 I MESS: CODE: I SUB CODE: AGENCY 00007063 CUSTOMER ID #: INSURED American Construction Services, LLC 1905 W. 8th Street, Suite 215 Loveland CO 80537 LOAN NUMBER POLICY NUMBER IH4H30060800 EFFECTIVE DATE 7/13/2020 EXPIRATION DATE 7/13/2021 CONTINUED UNTIL IF CHECKED I I TERMINATED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTION LOc# 00001 315 N. 11th Avenue Greeley, CO 80631 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COVERAGE INFORMATION COVERAGE/PERILS I FORMS AMOUNT OF INSURANCE DEDUCTIBLE Limit for any one Building or Structure (Valuation: Replacement Cost; $681,231 $2,500 Coinsurance: N/A; Per Occurrence Deductible; Terrorism Included) Covered Property In Transit $100,000 Covered Property in Temporary Storage or Off Site Fabrication $100,000 Soft Costs $44,665 Flood/Earthquake Excluded Ordinance Law: Undamaged Portion of the Building or Structure Included Ordinance Law: Demolition Costs and Increased Cost of Construction $1,000,000 Pollutant Clean Up and Removal $25,000 Permission to Occupy is Granted REMARKS (Including Special Conditions) Re: Human Services Building B Remodel CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST NAME AND ADDRESS Weld County 1150 O Street Greeley, CO 80631 MORTGAGEE LOSS PAYEE ADDITIONAL INSURED X LOAN # AUTHORIZED REPRESENTATIVE K George, CISR/KGEORG .1‘^'-ru, AM+. . ACORD 27 (2009/12) INS027 (200912).02 © 1993-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACCP�® VR CERTIFICATE OF LIABILITY INSURANCE A DATE (MM/DD/YYW) 06/24/2020 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 po icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Flood and Peterson PO Box 578 Greeley CO 80632 CONTACT Karen George, CISR NAME: PHONE (720) 977-6026 I FAX () 970 330-1867 LA/C, No, Ext): 1 (A/C, No): E-MAIL KGeorge@FloodPeterson.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Westfield Insurance INSURED American Construction Services, LLC 1905 W. 8th Street, Suite 215 Loveland CO 80537 INSURER B : Plnnacol Assurance 41190 INSURER C : INSURER D : INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y TRA4930606 09/13/2019 09/13/2020 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE /� OCCUR DAMAGE TO REN I ED PREMISES (Ea occurrence) 500,000 $ MED EXP (Any one person) $ 5,000 PERSONAL &ADVINJURY $ 1,000,000 GEN'LAGGREGATE P POLICY POLICY OTHER: X LIMITAPPLIES JECT PRO - PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,000,000 $ A AUTOMOBILE _ X X _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY N,/ _ SCHEDULED AUTOS NON-OWNED AUTOS ONLY Y TRA4930606 09/13/2019 09/13/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE Y TRA4930606 09/13/2019 09/13/2020 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED I XI RETENTION $ 0 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YYN N/A Y 4199185 02/01/2020 02/01/2021 I PER I 1OTH- "NI STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ A Installation Floater TRA4930606 09/13/2019 09/13/2020 $500,000 Limit $2,500 Ded. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Human Services Building B Remodel, 315 N 11th Avenue, Greeley, CO 80631 Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers are included as Additional Insured as required by written contract but only as respects to liability arising out of work performed by the named insured. Waiver of subrogation applies regarding General Liability and Auto Liability. 30 Day Notice of Cancellation endorsement has been requested and will be forwarded upon receipt. CERTIFICATE HOLDER CANCELLATION Weld County, Colorado Board of Commissioners 1150 O Street Greeley I 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 ACORD 25 (2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ----- --, ® ,a`coRo CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 06/26/2020 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 Pinnacol Assurance 7501 E. Lowry Blvd. Denver, CO 80230-7006 CONTACT NAME: PHONE FAX (A/C, Ext): (A/C, No): No. ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Pinnacol Assurance 41190 INSURED American Construction Services LLC 1905 W 8th St Suite 215 Loveland, CO 80537 INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ' TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYYI POLICY EXP IMM/DD/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: PRO- JECT POLICY OTHER: LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) $ $ MED EXP (Any one person) $ PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG AUTOMOBILE LABILITY ANY AUTO OWNED , AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE DED RETENT ON $ EACH OCCURRENCE $ AGGREGATE $ WORKERS COMPENSATION AND EMPLOYERS' LABILITY A OFFCEOECUTIVE R/MEMB REXC U ED? (Mandatory in NH) R yes, describe under DESCRIPTION OF OPERATIONS below Y/N N/A 4199185 02/01/2020 02/01/2021 X PER STATUTE E.L. EACH ACCIDENT OTH- ER $ 1,000,000 $1,000,000 E.L. DISEASE - EA EMPLOYEE E.L. DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Unless otherwise stated in the policy provisions, coverage in Colorado only. Refer to the Acord 101 Additional Remarks Schedule for supplemental cancellation notification information. CERTIFICATE HOLDER CANCELLATION 2095751 Weld County Buildings & Grounds 1105 H St Greeley, CO 80631 sgeesaman@weldgov.com 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 Pinnacol Assurance ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORDs provided by Forms Boss. www.FormsBoss.com; (c) Impressive Publishing 800-208-1977 CERTIFICATE HOLDER COPY IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT (CONT) AGENCY CUSTOMER ID: N/A Loc a: N/A ACORD® ADDITIONAL REMARKS SCHEDULE Page 3 of 4 AGENCY Flood and Peterson/ Denver NAMED INSURED American Construction Services LLC 1905 W 8th St Suite 215 Loveland, CO 80537 POLICY NUMBER 4199185 CARRIER Pinnacol Assurance NAIC CODE 41190 EFFECTIVE DATE: 06/26/2020 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBERAcord 25 (2016/03FORM TITLE: Certificate of Liability Insurance SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO PROVIDE 30 DAYS WRITTEN NOTICE TO THE NAMED CERTIFICATE HOLDER, BUT FAILURE TO PROVIDE SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Weld County Buildings & Grounds 1105 H St Greeley, CO 80631 Contract Farm New Contract Request Entity Information Entity Name* AMERICAN CONSTRUCTION SERVICES LLC Contract Name* HUMAN SERVICES BUILDING B REMODEL Contract Status CTB REVIEW Contract Description* REMODEL OF BUILDING B Contract Description 2 Contract Type* CONTRACT Amount* $725.896.00 Renewable* NO Automatic Renewal Grant !GA Entity ID* @00039422 Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov_co m Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV.COM Contract ID 3718 Contract Lead SGEESAMAN ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project # sgeesaman@coweldco.us Requested BOCC Agenda Date* 06/29/2020 Due Date 06/25/2020 Will a wont session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Review Date* 02/22/2021 Renewal Date Committed Delivery Date Expiration Date* 02r"22i2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 07/06/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/1312020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 07/07/2020 Tyler Ref # AG 071320 Legal Counsel BOB CHOATE Legal Counsel Approved Date 07/07/2020 Submit 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 June 1, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Human Services Building B Remodel — Bid (B2000117) As advertised this bid is for the renovation of the Human Services B Building. The low bid from American Construction Services, LLC meets specifications. Therefore, Buildings & Grounds is recommending awarding the bid to American Construction Services, LLC in the amount of $ 725,896.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director o6.ns X2O - l Got 8C>o©22 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters aaweldgov.com E-mail: reverett(a).weldgov.com E-mail: rturfaweldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: MAY 26, 2020 REQUEST FOR: HUMAN SERVICES BUILDING B REMODEL DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000117 PRESENT DATE: JUNE 1, 2020 APPROVAL DATE: JUNE 15, 2020 VENDOR ADDITIONAL MONTHLY GENERAL CONDITIONS TOTAL AMERICAN CONSTRUCTION SERVICES, LLC $14,561.00 1905 W 8TH ST, STE 215 LOVELAND, CO 80537 TCC CORPORATION $19,967.00 609 GYRFALCON CT, UNIT D WINDSOR, CO 80550 MCCAULEY CONSTRUCTORS $26,000.00 650 INNOVATION CIR WINDSOR, CO 80550 ALLIANCE CONSTRUCTION SERVICES $16,010.00 12789 EMERSON ST THORNTON, CO 80241 GROWLING BEAR CO INC $28,583.00 2330 4TH AVE GREELEY, CO 80631 SUN CONSTRUCTION & FACILITY SERVICES $3,271.00 1232 BOSTON AVE LONGMONT, CO 80501 ABERDEEN CONSTRUCTION, INC. $7,950.00 4158 JASION ST DENVER, CO 80211 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. $725,896.00 $829,811.00 $839,900.00 $847,000.00 $890,765.00 $893,255.00 $922,947.00 2020-1601 06 © l Hello