Loading...
HomeMy WebLinkAbout20202745.tiffCon Wad-- C,- t ott. s44 � 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 October 19, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Wash Bay and Welding Building — Change Order #5 (2020-2745) During the construction of the Wash Bay and Welding building, it was discovered that several electrical pathways and receptacles, for necessary equipment, were not specified in the plans. While boring the waterline for the building, a 2" unmarked sprinkler main line was struck causing extensive time, labor and equipment to clean up and repair. This Change order reflects these combined costs in the amount of $18,962.00. Facilities is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director (gin Sen+ Attn c -a' 1Q251�‘ 97(460 -d -e -C �C 0O ZZ Date: CHANGE ORDER # 5 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND GROWLING BEAR CO. INC. October 18, 2021 Original Agreement: Weld County document no. 2020-2745 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 2,479,836.00 Original Contract Amount $ (7,089.00) Previously Approved Change order(s) Amount $ 18,962.00 Current Change Order Amount $ 2,491,709.00 New Contract Total 4. All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: , By. Name: Title: Orn ATTEST: W4idet) JC,itti)°CA Weld BY: ty Clerk to the Bo . rd Deputy CI tot e Date l0) ICI �2I BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO OCT22021 Page 1 of 1 Exhibit: Change Order # 5 Proposed Change Order t tii Project Name: Weld County Truck Wash & Welder Building 10/14/2021 Project #: 2011 Related Docs - AS! CCD COB RFI Trans# 83 Email PCO # Title Status BOD Date Schedule Impact Closed Date Date Req. Critical CO# 008 Plasma Cutter Install Open 08/30/21 no no Description: Labor & Material included in installing the plasma cutter per RFI 083, Supp y of specialized welder recepticals per RFI 92, and the repair of the waterline that was not shown in blans and thought to be abandoned. Calendar days impacted on this change are only projections based upon known data at the time of submittal. Item# `' 'Description I Quantity I Units I Unit Price Total I Days I Sub 001 Plasma Cutter Installation per RFI 83 1 ea $ 1,293.00 $ 1,293.00 0 HS Specialized welder Recepticals per RFI 092 1 ea $ 1,741.65 $ 1,741.65 0 HS 002 003 Water Line Repair 1 ea $ 13,013.14 $ 13,013.14 Fulcrum 004 $ - 005 $ 006 $ 007 $ 008 $ 009 $ 010 $ 011 $ 012 $ 013 $ 014 $ - 015 $ 016 _ $ 017 $ 01& $ 019 $ - 020 $ - Self Perform ;;IDescription I Quantity I Units I Unit Price I I Days I 001 Project Manager MHRS $ 85.00 $ - 002 Project Engineer MHRS $ 65.00 $ 003 Superintendent MHRS $ 75.00 $ 004 Carpenter MHRS $ 65.00 $ 005 Laborer MHRS $ 45.00 $ 006 $ 007 $ 008 $ 009. $ 010 $ 011 $ - 012 $ 013 $ 014 $ 015 $ 016 $ 017 $ 018 $ 019 $ 020 $ General Conditions 0 Days $ 1,250.00 $ Weather Days 0 Days $ $ Non-Compensible Days 0 Days $ $ GL Insurance 16.04779 $ 16,047.79-, $ 17,652.57 per $1000 % % $ 12.00 $ 192.57 O OH Markup Sub _ 10.00% $ 1,604.78 Profit Markup Sub 5.00% $ 882.63 S Self Perform Oh Markup $ % 10.00% $ - $ Self Perform Profit Markup $ % 5.00% Bonds $ 18,727.77 % 1.25% $ 234.10 Total PCO $ .18,962.00- 0-Dadys,u , �; H -S Electric LLC ® 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name /Address Growling Bear Co. 2330 4th Ave. Greeley, CO 80631 Estimate Date Estimate # 8/26/2021 919 Project Weld County Truck ... Description Qty Rate Total Weld County Truck Maintenance and Welding Plasma Cutter: Provide labor and material to install conduit, wire, and receptacle for Plasma Cutter. Material Labor 4 Hours @ 67.50 Profit and overhead Due to market conditions all items on this estimate are subject to price increase. Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. 1 1 1 905.37 270.00 117.54 905.37 270.00 117.54 Bid good for 30 Days Total $1,292.91 ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date MEM H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name /Address Growling Bear Co. 2330 4th Ave. Greeley, CO 80631 Description Qty Estimate Date Estimate # 8/31/2021 922 Rate Project Weld County Truck ... Total Weld County Wash: Welder Receptacles: Provide correct receptacles for welders not specified in plans. Includes the following: 5 - California Standard 480 Volt, 50 AMP, 3 phase receptacles 3 - 480 volt, 60 AMP, 1 phase pin and sleeve female connectors 3 - Back Boxes for pin and sleeve female connectors Material Credit for 14 -50 Receptacles Profit Due to market conditions all items on this estimate are subject to price increase. Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. Bid good for 30 Days 1 1 1 Total 1,626.40 -43.08 158.33 1,626.40 -43.08 158.33 $1,741.65 ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date �c. H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name / Address Growling Bear Co. 2330 4th Ave. Greeley, CO 80631 Estimate Date Estimate # 9/7/2021 924 Project Weld County Truck ... Description Qty Rate Total Weld County Truck Maintenance and Welding Hydraulic Iron Work: Provide labor and material to install conduit, wire and receptacle for Hydraulic Iron work. Material Labor 6 Hours @ 67.50 Profit and Overhead Due to market conditions all items on this estimate are subject to price increase. Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. 1 1 1 537.84 405.00 94.28 537.84 405.00 94.28 Bid good for 30 Days Total S1,037.12 ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date JOB NAME: DATE: ESTIMATOR: SCOPE: DESCRITION/ITEM 7/21/21 (. I I 0 0 01 1 10 t o 2 pm linestruck, had to move mud out of area 9 4 0 0 O1 li I 0 0 312 pull muck form hole, load into 930 4 1 1 ITI 480 0 4801 l 11 480 480 930 haul mud and muck to back of job 4 i Il 01 480 0 4801 I 480 480 Super w/truck 4 psi 300 0 3001 ' 300 300 [� 0 0 0 0 0 7/22/21 , l; [Et 0 f 0 0 0 0 repai r 2" line and continue mucking and moving 1 �� 01 0 Q p o mud 1 ll OI Q 0 lI 0 0 312 10 1 01 12001 0 1200 1200 930 1011 I ipo 12001 0 1200 a I 1200 1200 289 4 1 s 1$5 3401 0 340 340 340 crew truck 12 ,l li j 2161 0 216 216 216 super w/truck 12 1j5 9001 0 900 900 900 laborer 0 , 2I 1431 01 129 129 129 129 operator 0 11 21 ri 0 156 156 I 156 156 2 day fuser rental waiting for bore 1 40 I 960 0 960 i 9601 Furgeson 2" compression couplings picked up 1 1 482.1.6 482.6 0 482.6 ( 482.6 482.6 from 2 different storesl ucky to find them ( 0 0 0 1 0 0 Meter pit in Stock Denver yard 1 3 0 3801 0 3801 1 3801 380 Meter pit lid instackdenveryard 1 1 2 i 9 2491 0� 2491 2491 249 FatitudeFieldServicesDown time 1 733(.1 7330.1 0 7330.1 7330.1) 7330.1 Il of ® o ��I of 0 8-4/8-5.21finaltie in and placingmeterpit I 0 0 0 0 0 backfilling repair area, bringing dirt from back 1 0 0 0 1 01 0 back to front to replace mud hauled off 01 0 01 01 0 312 S l x0 6001 0 6001 6001 600 930 4 1 0 4801 0 4801 I 480 480 299 3 5 255 0 255 2SS 255 _crew truck 6 1 8 1081 Q 1081 108 108 super w/truck 6 , 5 , 4501 0 4501 jil 450 450 laborer 4 I A3 j 1721 0 1721 I (1 172 172 I operator doing labor work 4 I 4 161 0 161 II Ij 16 16 Itiewas supposed be c-900 ended up copper 2 ( 2 2 4241 0 4241 1 424 424 atthe main line, parts were special order 3" 0 0 0 0 0 romac macro couplers had to order form 2 0 0 0 0 0 Idifferentstrores and 1 was air freighted f I Q 0 01 0 0 Isuperw/truck to pick up one from downtown tl 4 300 0 3001 I U 300 300 Dana Kepner, 1 from fecguson 0 0 01 Ilm L0 0 va —^0 0 P d '�1 0 0 i Q 0 0 $utlutl$jj 0 0 tl I M 0 �) -- X' X 7) n 0 r$ T5,447.70 on n -�- m 0 _ �� "�' I 01 0 PI 0 0 I I 0 0 _0 0 0 0 0 0 Q o 0 o Q Q 0 0 T l WELD COUNT f TRUCK WA 7/21/21 AD SH 139917th Ave, Greeley, CO boring3"wat'er line for newbuildi g, locateit or identify it, on -21-21 a a had to come Hut and turn 'ine off a th _ hri s prior ac out a mo UNIT/HRS IOT HOURS y� COST 1 REG COST had talked to ruck 2" copper linethat Weld County accepted rOpc;nsibility for becausetheycould not rox 2 pm Iinewasstruckfilodingarea with mud and water, Brandon from the City of Greeley cities main, contacted Chris Dash, Brandonsbosstoinform him ofthesituation ago while weweretryingto identify the line. OT COST TOTAL FULCRU H CAVIL. A D EIRE s. YI LLC trthfi at: : _ z (.. y , it PROJECT. vat, Oat _Weed V FULCRUM CIVIL AND ENERGY, LLC LEAD: 1).1) RATE: MACHINE: SC JPE: .7:- 5k -s -Li HO..R_ X329 EX INCLUDES OPERATOR 180/HR - __..•...-.C,.,+(V Aber IItrIn. v,'rt..s_••.• �r.• ..__r...____ — 322 EX I lai - `� ok 120/HR 308 EX Z-' o b 115/H R S ;930M LOADER INCLUDES r 4 Li 120/HR let �(. OPERATOR Li i Ull y `�,; � YY��VV�� /_ .� . 135/FIR if3 ZIrszd CI ( j ) 950M LOADER a 145/HR 289/299 OPERATOR SKIDDER INCLUDES t _ TRAILER CREW TRUCK 18/HR -2 SUPER WiTRUCK LABORER OPERATOR GRADE CHECKER ' • BOMAG 8500 BO INCLUDES MAG B OPERATOR 142/HAM M 1750 15/H R SHAKER HEAD SSA DUMP TRUCK - 75/HR 130/H R 30TON LOWBOY I 115/HR SIDE/BELLY DUMP 170/HR 50/TN LOWBOY IN/TRUCK " JUMPING JACK PER. DAY 145/DAY 145/DAY PLATE PACKER PER DAY MATER WAGON 8D/HR ,w/TRACTOR OPERATE.__..-.en LABORER TO ar , oiarr:,T"...a tt., z.,r."Urges wry •....-...... _m.- - -- - 'RENTALS PLUS 20% RIDE ON RENTALS PLUS 30% . PARTS COST PLUS 15 NOTES: OT b 1,5 OF LABOR DATE ONLY NOT MACHINE TIME, OTHERS TO SUPF1LY WATER METER 4HR MINIMUM PER DAY, PAYMENT TERMS 3© DAY S FROIVI INVOICE, OTHERS TO SUPPLY SURREY THIS SITE IS TeNI 1.S INTEREST PER MONTH, COST OF COLLECTIONS WILL BE ADDED, AU.. WORK ON AU H * R1ZE SIG H''ATURE: E j -• `' AN J f Oit v Nct) v\)Lti *O Oct& '�}� 2---7--2:' 2_ r LC �� i� CIVILA.. E f �rj��y-5p�j��)� lS�j�] j�j��j E LL`s �gX[!�Jj�� PC:M ,J� � C�I :��r� i I DATE: n< 4� �+ 11 f ���j�_i. fJ . ` PROJECT: ir:59g 7 '� Ce) E (A) C-1-__Uelir -� its` -- -4'`� FULCRUM CIV1L AND ENERGY, LLC fib LEAD: MACHINE: SCOPE: r � � ;. tart-- wri_V ['CA) HOU 1.5: SATE:..- . 329 EX INCLUDES OPERATOR ` 180/HR __�, �.�- _-- _ -- _ __ __.�-_� .;jou" .}.. 120/FIR 312 EX AA- -�� Water �jete7 ce 4 p'lash? 115/FIR E25 80/HR Ion: 930M OPERATOR LOADER INCLUDES ,,AY';cu 1144_ 0014 -- rtisut_, Aisit0 6-62azil MA' n �0._ L aryl 120/FIR a/z, _ , 938M v 135/FIR 950M LOADER 145/HR 289/299 O P E RATA SKIDDER R INCLUDES - 0 ®k 85/H R ,1j a - TRAILER 1 16/HR ,= " double bill above cp tit l i R is L Y i—T ti U L, K �c�sic Cs�� }.T.� , double bill above IN ea, � le" 1/49P -E -R— . � �, . LABORER ok ..;‘,1)1 7.---43/HR OPERATOR ok 1_,. 52/FIR Pr GRADE CHECKER 46/HR BO MAG 8500 38/H R INCLUDES BOMAG BW142/HAMM1750 OPERATOR - 1 X85/HR SHAKER HEAD 15/HR ' 5/A DUMP TRUCK 75/HR 30TO N LOWBOY 130/FIR a SIDE/BELLY DUMP 115/HR 50/TN LOWBOY W/TRUCK _ - X1.78/HR JUMPING JACK PER DAY 145/DAY PLATE PACKER PER DAY x.45/DAY WATER -TRACTOR WAGON VW OPERATE�___-,-t.., LABORER TO (� 80E FI (y ✓J 4,.V ITitiI V{,r,Vitt I 1 Lit W.tt. • ,v..1...-.- - - - - - ---- - ... i R-ENT--A--P-L-Lif-r-20-% — f>ei wt-i-e (PD ) 1,2 RIDE OIL RENTALS o PLUS 30/ � no quote/ nvoice� PARTS COST PLUS 15% N OTES e OT X 1s OF LABOR RATE ONLY NOT MACHINE TIME, OTHERS TO SUPPLY wkrER METER 4[-€R MINIMUM PER DAY, PAYMENT TERMS 3© DAY S FROM tlmvoia OTHERS TO SUPPLY SURVEY 1.5% INTEREST PER MONTH COST OF COLLECTIONS WILL BE ADDED, AU. WORK ON THIS SITE IS T&M M......,..„ A TH •RIZED 2GNAITJ (7✓mss -' -veto 7 vLt- tx 47-7. tc/n1f.ric toe (ttu 'go I° a OCTSI _ trt/7 C 027 Z f.i,` 7-21-2_ i /144 A k 4-al/ti Cauwerti Pipe Sc e6eilowt&P � Y �� ff �b"- 6ctut 014 . 14a 1 tipe t_ (06e., ' do_ irigA1 n . Cot+ ° v 1/0"-el tit s ef.,(2 'N J /7° S' 3114 a4/4-;" GLee Vital- COMA ttiLL_ Lexe IR/Le auto ( 15 rt_Cfs tatAAI- AD 47-6:412-'44' tin (i fa- 5 9thaec„,t- bite tge (y R CLW 5-4Zen -:.{ E r'1, E f�� Y,- LLC DATE. ...n° FULCRUM ��a AND f� LI PROIELT - � �.tM_ tte - . A�lD ENERGY, LLe LEAD: - - - - F€�LCR�M �1�1L MACHINE: o SG �E ',i' , a 180/1-1R EX INCLUDES OPERATOR 29 312 EX 308 EX 80/HR E26 939M LOADER INCLUDES _ - - X120/HR OPERATOR - - -- ...�.1. _ 933M 135/HR M LOADER Z4.StriR 95€ 289/299 SKIDDER INCLUDES OPERATOR 85/I I R -- - _ - t16/HR TRAILER CREW TRACK 18/HR SUPER W/TRUCK 75/HR LABORER 43/HR OPERATOR 52f HR c CHECKER 46/HR .GRADE BO M AG 8500 ; fHR S BO INCLUDES M AG BW142/HAM OPERATOR M 1750 E85/HR SHAKER HEAD 15/HR S/A DUMP TRUCK 75/HR 30TON LOWBOY I 23 H R0� SIDE/BELLY DUMP 115/HR 50/TN LOWBOY VW RUCK ,170/HR - --- JUMPING PER DAY ,145/DAY .TACK PLATE PACKER PER DAY 145/DAY WATER \Ai/TRACTOR OPERATE-.....---3, WAGON LABORER TO 80/HR a« e t iVJ 1.J 11J17rcasins-S/1117-1 Vr<'vv.s....�..�..- S - � adi 73D 56 3 l `t' ( isc 330,10 ok RENTALS PLUS 20/0---(x)?.4.7-fego vii l Z" ^ (1-9 (Lin �AU � - RIDE ON RENTALS PLUS 30% O — pc,c-^A_ ,4,47, $375 per ci w Me " r PARTS COST PLUS 1510 `z AtrtFr 1 k7�- ii ( $723.04 pj tn* l� �_ NOTES: CST X 1,5 OF LABOR RATE ONLY NOT 'MACHINE TIME, OTHERS TO SUPPLY WATER METER 4HR MINIIMUIVI PER DAY, PAYMENT TERMS 30 DAYS FROM INVOICE, OTHERS TO SUPPLY SURVEY s5 T&M 1.5% INTEREST PER IVIONTH, COST OF COU.ECTIONS WILL RE ADDED, ALL WORK ON THIS srrE A TH0 i- IZE SIG , ATURE: 43c -it QS\;ic.\)2- ki yip', r ° cy ot� l " r invoice (with mark up) _ y('5 -2k F'?./L ��Uyy' CIVIL Ate` ENERGY, LL 12 SATE. / ��� C# PROJECT: r k 4 I \ Ow - t to Nit @,i2d Cwt.VP .1 { TN �'"5-t— iLlt _ CIVIL AND ENERGY, LLC LEAD: ;fr'� I. f FULCRUM qqA� p� Q E i -1 f --1 O g � M E S `� O `up1 j ��� r �� 11 180/HR INCLUDES OPERATOR 329 EX __ �..r.•..vv.t.__.f_..v_ ....__r� --_ _ ^-- _ _ _. '? t 7 120/HR 312 EX � Jik t ok U� — 308 EX Li 115/H R E25 e80/HR 30M LOADER INCLUDES � ID _ tilte- 'I Al, fl -(717e � , 220 HR OPERATOR `' ____..-_ , c1vis. _-_ _ 135/HR E938M `950M LOADER x.45/HR `289/299 SKIDDER INCLUDES _ � i.„... ok SS/HR OPERATOR t - - - 10/HR TRAILER b CREW -'-W f Iry r A� �; CidiW " S� ��P_ERS t-rRLIrk ;, LABORER 7)-14 (. to \ k � 7kitAA t III R.���, t ,, ,���(//jsp�f�- '5 - � � `� 43�� R OPERATOR S L -1;1/)a) 75-5 `, ��jIVV "Elii-f0 `52 HR 46 HR :GRADE CHECKER J 38/FIR BO AG 8500 BO INCLUDES AC BW142/HAmM1750 OPERATOR _ . - ._ . 85/HR 15/HR SHAKER HEAD r WA DUMP TRUCK ' 75/HR 30TON LOWBOY � 130/HR SIDE/BELLY DUMP 115/HR 50/TN LOWBOY W/TRUCK _-- x.70/HR _ JUMPING .TACK PER DAY 145/DAY `PLATE PACKER PER DAY 145/DAY :MATER W/TRACTOR OPERATE_....._ WAGON LABORER TO -I ` Lam/) • R 3 -at'71 fYiV+J T V117L/1\tt 1.0111 I \.•I1 vv.r., • .v. .... .. - - RENTALS PLUS 20% r RIDE ON RENTALS PLUS 30% no back up ' .A� Rowkat ALI 1 � PARTS COST PLUS 15% t � WZgOeccH V `fir r � eant ,v _ R� NOTES: OT X 1..5 OF LABOR RATE ONLY NOT MACHINE TIME, OTHERS TO SUPPLY MATER METER 4HR MINIMUM PER DAY, PAYMENT TERMS 30 DAY S FROM INVOICE, OTHERS TO SUPPLY SURVEY 1..5% INTEREST PER MONTH, COST OF COLLECTIONS WILL BE ADDED, ALL TI.1 WORK ON 9S SITE IS TWA es .. .aaeasi ............„...................................i Le;v vps C v .A-ITUD Latitude Field Services LEX 10900 E FOUR MILE RD Cheyenne. \\- Y 82009 Bill To Fulcrum Civil 84: Energy 15850 Washington St Broomfield, CO 80023 I nV ice Due Data Date Invoice 8;2112021 7 22 2021 1730 ri Please cheek box if address is incorrect or has changed. and indicate c han2cN i Li on reverse side. New e-mail address? Eater here: Latitude Field Sent ices LLB.- 0900 E FOUR MILE RD Cheyenne. WY 82009 Items Balance Due ci69 3 74.0 P.O. No. Terms Project Rep Net 30 Description city Rate Amount Borst Footage Labor Labor Bore Footage Labor l.2bor Material Weld County Building, Greeley. CO - July 21, 2021 - Rig Standby due to unmarked line strike Weld C'ounty Building, Greeley, CO - July 21. 202l - Labor to repair line strike - Superintendent Weld County Bui!dine. Greele\ . CO - July 21. 2021 - Labor to Repair line strike - Skilled Labor Weld County Building. Greeley, CO - July 22% 2021 ` brig Standby clue to unmarked line strike: \field. Count. Building. Greeley, CO - July ?2, 2021 - Labor to Repair line strike - Superintendent Weld County Building, Greeley, CO - Julti 22, 20.21 - .Labor to Repair line strife - Skilled Labor Copper Tubing anti Couplimas 0,5 5,000.00 75.00 46.00 5,000.00 75.00 46.Uu 285.01 2,500.00 300.00 184.00 '.500.00 375.00 230.00 285.02 1OV0 interest will be assessed on all unpaid balances after 94 days. For billing inquiries: 307-256-2717 or email jessica.winnglatitudefteldsenices.com Total 86,374.0' Payments/Credits S0.00 Balance Due $6,374.0.2 ..:“aaseAsoc.ausatec =an anzaire �a.c. .rcrscsnarsas-. - '"L7luatuw.c.,nokn.-.ra-tarre"ffR 9 Int's:Y*Jmi4nrtnorrav-it-.treagxR.w.ra...Y.0.fataat'. "ruo.+s-o:ttrfnrr-��7etittlit 4 ttSA'tItttiseeatt!eA �1:.L....9t,.:.n ty—trt7N.1!'Tral'ifns....,. M'FAM,IX:81.!7iN-'w�weart""'....r.u.+..--I"`.8""*" i i Bid Proposal for Fulcrum - Loveland Meter Pit and Dome FULCRUM CIVIL & ENERGY CONST Bid Date: 09,/16/2021 Core & Main 1994792 Core & plain 9451 Yosemite St Henderson, CO 80640 Phone: 303-394-0004 Fax: 303-394-4450 Seq# Qty Description DUE TO CURRENT SUPPLY CHAIN DISRUPTIONS, MATERIALS ARE SUBJECT TO PRICING AT TIME OF SHIPMENT. MATERIAL AVAILABILITY AND TIMELINESS OF SHIPMENTS CANNOT BE GUARANTEED. THIS TERM SUPERSEDES ALL OTHER CONTRACTUAL PROVISIONS, 20 METER PIT AND DOME - lEA 30 1 24X48 MS PLASTIC METER TILE MS2448B / MID STATES PLASTICS 002.42005 40 1 CASTINGS M70A24 24"X20" M70 CI ADAPTOR RING 50 1 CASTINGS M70C116 16" DOME W/2" HOLE CAP STYLE LID W/Cl INNER Units Price Ext Price Average price per EA 362.02 362.02 EA 69.71 69.71 EA 197.00 197.00 SUBTOTAL 628.73 EA► 628.73 Stab Total 628.73 Tax 0.00 Total 628.73 Branch Terns: CORE & MAIN WATERWORKS IS NOT LIABLE FOR DELIVERY DELAYS, CANCELLATIONS OR PRICE INCREASES RESULTING FROM ANY CAUSE BEYOND OUR CONTROL. THESE INCLUDE BUT ARE NOT LIMITED TO:MANUFACTURERS SHORTAGES, AVAILABILITY OR TIMELINESS OF TRANSPORTATION, MATERIALS, FUELS, OR SUPPLIES. THIS QUOTE IS NOT A CONTRACT TO SUPPLY MATERIAL OR GUARANTEE OF PRODUCT AVAILABILITY. SALES TAXES NOT INCLUDED ITEMS PICKED UP AT OUR FACILITY MAY BE SUBJECT TO CITY TAXES UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOIVIER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY (30) CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LP RESERVES THE RIGHT TO INCREASE PRICES TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIIVIES MAY BE SUBJECT TO PRICE INCREASES AND/OR APPLICABLE STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'S TERMS AND CONDITIONS OF SALE., AS MODIFIED FROM TIIVIE TO TIME, WHICH CAN BE FOUND AT: 09/16/2021- 4:45 .PM Actual taxes may vary Page 2 of 2 3 0 FERGUSON' .8 ! i°, i )1 f iy.-> 1 ! VI e �, •,P ',.:111..-4p111.O1, 3 ,t~9 • � 1 7 i r I;14140l) ♦% M r, o n o 0 , I ,‘ ORDER NO. REQUIRED DATE SHIP WEIS. SELL WHS. P WRITER SALESMAN .... TAG P.O. NO. CUSTOMER =' a NO CUSTOMER ALPHA c CONTRACT NO. BID NO. ORDER DATE ORDERED BY INSTRUCTIONS OML CONTACT w L Q 1 1 I ii‘ 1 = , r , .1 1 p i, r , _, . f.. f, . tei ) p .1 ., f'1'4, •.' r;19 ,., � •, J i l, ; f VENDOR VENDOR PO. NO. SHIP VIA ROUTE N0. RUN N0 DEPART TIM 0 , el , O PC S [SAGS [BOXES CRATES LENGTHS BUNDLES ROUTE DESC. CUSTOMER P.O. NO. JC)t3 NAME M {� ,,` Ii ' ATTN. SHIP WT. SHIP DATE DELIVERED BY PACKED BY CHECKED BY LINE ORDER QTY. SHIP QTY. -ITEM CODE DESCRIPTION UNIT PRICE U/M TOTAL P.O. N0. AISLE LQC - '111' ,.a 4� .t a n'� _ r 4_ . , 5 I l• I s 1 ! , s 1 . ` . _ ! J I ._.. I �_ � � 1, v ,r 1 r .... - . E .. a -+ P •p .� ! j •! ,. t i i '' - it ,�.1. C_� Ze, ?-I� r' 3 'k' Cl . s 4' ;,1 4"/ , j •ye. f' t�� J q -,. O M _- r p,. �' ' ',1. 1 3%a /x' f �t w�e4 �. i 1 l `.� I r ! r� .,1 ': !. ...;...1 ..- ...: -.� . _"`° _ . �' x ". 4 , ,r.• ty[ i. t :, j 1 .14 Y RL ') `O1 ti i - Th>--r' , I _ } , .., • k ` %' ? �� y .. n ,✓` o `, �..,,........• . . i ✓ NO RETURNS ALLOWED WITHOUT PROPER AUTHORIZATION. RETURNED MATERIALS INBOUND OUTBOUND LESS SUBJECT TO HANDLING I SUBTOTAL TAX TOTAL CHARGES. FREIGHT SHIPPING DUE -" DEPOSIT SEE REVERSE SIDE FOR IMPORTANT TERMS AND CONDITIONS OF SALE AND LIMITATIONS OF WARRANTY. •, 1. J CUSTOMER'S SIGNATURE: DATE: TERMS: • is O u CUSTOMER'S L SIGNATURE: 0 FERGUSON® F E RGU S , . 44-11 WOODS AVE. L0VFLAND ORDER' d Nv\r *a, ea.) , et an + i.. ki C .c„vat F) ? 4 a uo, d >✓ Et J Ii4dATE „A f urt ♦ AN l• Sj cz N. ; SHIP WHS. A' J.S f•• ,ei, s 611a • � " Sf.. SE`L'L H 955 #.44 \Y yr. n r •-n s e — .. - (t/1 ArIZIO'. CUSTOVIESALPHA = OONTRACtNO? `^ ":BID NO. ORDER DATE ORDERED BY INSTRUCTIONS L. typ• "t M..1 •,J+ '� ,t .v YF . lw. j • wMf �d�y�1)t f ,• I 1 •1Ry in 1I {i S.. �'t a py\i '`,\`�a[. .1, l t 1Y iY �D' ,� aot r) d tla 4,.• '[.-� ; ,e` , La,; .... ,1i, ..4 I P » '44,,.L n0,j, f }(t P {j�� ; , Ijy 9 e; . .:1,&.}.% t";00,drys n / e y��•� AV 4 141 " r�'Y` v •rI r i� k•.: T 1• !>,„ } •"• .kl' 1.J' � SHIP VIA * ri t't 1 t sr.,t) f J :—_, , ar < i t, e`�l.,� i iv ' -� ��� s''NAME Q Pbs �' ItitfrO ' ILBIOXES • ` RATE'SIr` LENGTHS BUNDLES CUSTOMS �v P.O:O. ATTN: SHIP WT. S►-IIP DATE DELIVERED BY LINE ORDER QTY. SHIP QTY. ITEM CODE DESCRIPTION UNIT PRICE U/M TOTAL .•. {ryt yi+ ,ge/ Jon, y ry .�d�y+.L i,�\ .t t .m} 7 'i t'W, 0 q 0 A' :A ti• r: .a ;s :, at h' le . �. n :a; a- �i1 - 4.. Vt !i' iii .0" �: dsi`+%. ,,ice`' •'d••-..} p .. T '''.4,1 `'-,. a r. .1 +1 ' ,1 rt n .1 -. ;, ', i ;7141 km1.ii i' i' ,,,,, si I}! pg ATs. L i'. I_. u �i p .�-ydg�.` M rx ti .� E a gt �r:� !TINE' €� at. �u 'rx ; sa 'a t' ;raj to ..s t r , t y it `.'gay,• Y #2�� - � • i� , •` �. •. .... �n.°? _ •� u 'M'.f .4 r"l��'4�� ','h. w A 1 A R fi I•Es t• H !q o• fdi Ns: (' "J r � '� .:._ ww. i n Ftin i< xi' W .r .. r: � .. 11 n >f � X11 - t9 ti ii • Pd •�. �w -_ ., It ua4 .. - .. .. ..... _ � ._ _ .... `` TrA �(r ` R ,{ { _ 1J.,„;;-..` 4 l _ _ a, • ` a ' a ?T ,., ' it i(C. � 1 ._ .R cj•.A N � �e's .�Y1 'M i[T ( I j/(.'y' � t S'a ♦ l ,'NF i _ st RTdi' i �n 'K3 FC b T� .Y eS%t$ y ;. 1f i > v' • .. a+� lE i ertiuy, s "ifJs to 'W �.�$ :> t -y - ....;r",o: ,Y !. .•' tiiv-'t 44i� Y A 2K '- � U . `. '' �' � 'A ` a � ftti'` 'a` M1 .6 ... '.. a �F h iY ^t� 4.41-1,,,w`Y4 � .rJ,. ° e¢ c ' • • S P i l• .• 1..�,. ( S. ' .. ll �Iy�9 �tli J>i At 4. ryy �1 V L• ... /� • L., ec4 Z.4 n n • if 1 ale, . /.• , .n /• 'Z% py�yt 1 1 . it./i r'T 1 -. •n i.• .. yy •3 � ° Y%, •j `if. , iN� .1 ... 11 � • e C.i o •. 1Si. .- `is P'n • •ra � . kw mat A • 4 ._I i ~ • ... { Y •t a 1 5 a #Y t.' 'Z, 'A} 4nA •� .\ J. �• eA. .�. iJr 1 A _ fJ :.,i n. iftl �. .'.:3 T. � R.p ¢ y, L S• i' y F • •1'111• A=. i'.. 'v.N.'. Ir1 Y : \. • ... fi� -.44;• '; y: .. ��pyC� .9Cr' ,:"ba'S -Y . f.A;$V.1';i. .rte .1.'l:' flu , . 6 M „ �,C.' `f' .4. . Y A' ..1";;: $ i 'lit .i' -.S;- /. 'VIZ .f. ,,. 4 � ca ••1 • • � ,'.'3 a � a _ _•• •� t • t% ...i f1 ,''�{yy�q:[[pjT �.ON n 1 .- . t ,•�I • ', �t! {J4• e ' (.., yy./ - ..f ++',�'�l' yyy7, �,,.q �.sik r'� ON 9 iii ' .•J .. ' 3 4.:zoll I CA i. < i ES.• j Id .. ((7 r L,t• a° �� 1.1 s 1 W � �J1 if., d ii �. � .:�j. st. .i -/ e 1 a1 a tp -- ._ _ ............ _ - '•1• -L. t • -• � 4. M { y, .t +iTa .. il (14 jr,."'ci'+ • t +�• .t... -a. .. � 4 � fil s _ s _rte .J ..i...f. .a. Ors +1 -e� � f , �f - et _t j �,,-;, . y }. y7 .; a° .s...�* c i� -� „xi � . ;it _t 1 t94,3; .. ,,a....o,. ,<.t.,-;,24,.* j g +� .t� a� •IS - +� � .. •.a. ' .. ,, r _ ` �y. t ;f 'FH WeitsS t,�� • `` 9..� y[ ads +'� yy• .. ..• is • I '.j•!'. v +# -at;.-4,..-18-...41,4-44;;;; slh' aY" • ,�:+;'i s'b1• a° ,�1y. `#"!i'. 'y •d y � •g �°•ny°(•?,` ° �.Yu • ..,...,.s1,.-4 *• -} • • • ,'. 4 � �p.,�/'�(�} , is t,fa r ry ��°. , „.-4,...$ t r�..:'z. :+b J� 1 �r. 7i` '!* xis < '1'.3�'''t �° 'i�.� ..1:.. j�� ? � .'( f4'�'6a` f• � � y �, •� t a�r ► •[i�' a •₹ � :Y�. • .• i `•a•_ i.A• -. p it- • •^ ➢1f • s�ii r'i }y 4 • ,'•i Berl p' 3R�2 •y9�,,t At z;i� '}jy.•. •I'6 ' `+r.+� 71r. �. d; .'g. 'i� 'ale .S 1j lj. .ti' r 4 . ,ti ,f 1#s g �E y ,t:. �2�*-'� f�' •• 4ha,•;`.�i ►. ��. .r, ° '•l�r�•,y F;•n i 1 J4.% .. ,.. tr1 R. I i i VI: Ts iri nt r I ,... Vy er 7 [ 14.• N VT n ,i. 2�•{3tx��y } E, r.. at.� .1. � 1, .. _ jy ��+ t'i • •• ti ]_ @_ ?Y� t w� t t•;11) 1 I Ct, Fi.�ktA.:.'JI A. - ._ .+. { .. r �y� js! .•. � .,. sA 1 ( 'dM1 �,�# co a .. ry {?say3, t C-.°p ''' �! J o 0 : '•,-.a, ¢ S � � WviA i I f ta:Vi I rt cab Yl' co ��i`i c- s - r. ..a - •'•- S x� 0.a tt1 i'F f�`a4 c l I L. t; �i _, •�:1 4 i • , ... . S Y t� Lrt [ 4i 'J� .LJ S.s., yaxf S �, �Pr ice* ta}i :��G �J i \� I ♦ .6 a. si. . „ • .- - ... �t. .. .. '` -. 1L•b-€ ..',. ,3;:. •. a.' •. * • •R. a D I 41 _• 4 - h' .a. u . o `.iR v,+ a i p .. • e. - 'f�`'.'. ;..,/ �..r� .;- 5R: ' p` ' i t g ' ...! . € -ro. '#� •� tiC .p _ ;.•a q V - "`a: -:.t, �'e58' fi s9ti .. 1tAr-_ 1 - . .. a _ ° gge. ₹ i'L.3 , j $ Y g p�! I- ,�( ?.'• 4. .S it. _ M ate$ ... - . _ .. ..1/2-% .� ,y, ` , ... _ NO RETURNS ALLOWED WITHOUT PROPER AUTHORIZATION. RETURNED MAl'ERIALS INBOUND OUTBOUND LESS SUBJECT TO SUBTOTAL TAB TOTAL DUE HANDLING CHARGES. FREIGHT SHIPPING DEPOSIT SEE REVERSE SIDE FOR IMPORTANT TERMS AND CONDITIONS OF SALE AND LIMITATIONS OF WARRANTY. DATE: TERMS: „y hr .� y} , t Y� r„,. 0 n C c OML CONTACT ERit a VENDOR P.O. NO. ROUTE N0. ROUTE DESC. RUN N0. DEPART Tit PACKED BY CHECKED BY P0. N0. AISLE LOC ``liaa „f 44 (", to s11aI . i•eit r . h ti. C STOM M F Eli P �, V " • 1. • l w�. Sd FERGUSON® t ': , { tl t .14 a. ORDER NO. T l 7. It'. ,•p. { w.,' 6 i �. pis IiEOUItIED DATE SNP WI -IS. : SELL WHS • } nl tl i 1 1 w. it t� WitarEA . I R ` TAG PC). NO. BY INSTRUCTIONS CUSTOMER NO CUSTOMER ALPHA CONTRACT NO BID NO. ORDER DATE ORDERED 0 L 1 1 1, 1 !• ,:r.H 1! D: ;_. ri 9. P SHIP VIA PCS BAGS . BOXES GRATES LENGTHS BUNDLES . SHIP DATE DELIVERED BY SHIP WT.. CUSTOMER PO. NO. JOB NAME ATTN: `', it. f. TOTAL SHIP QTY. ITEM CODE DESCRIPTION UNIT PRICE U/M LINE ORDER QTY. • R ., � x'31 ��.;` • I {: �:)4*,': �''; 1,/I ^ °'Y ;. .. .. •y tlj w,. 0. Y ,j �••�r iy5 r F�'•i i � 7t 1YY Y -_ G •M r D qy. - -s- .I. � • . , s• Nµ c.f t .ij 914; b��Y•'1F. i 1 r•.t w l {`! a 1 .; ..• .� ••`` r. °.ei T 1 1. 17, / 7• e� t ft: 4'4� 'e e�, � �; � ).. 13,� 1,..41::44*`'y j � •, I' m �.. r ll � (� X % �1 11 r•( L ; I''.d • «�- _ Yrpi Y�` w/Y •} '.C} •3C'M a .7�.+r .�.t, b��3 w!3 ; • i M 1 W1 r3• -4,..e L... .�..f a. r �e 1 r �r .e far 'ev: ,• YV .wY`.F `er1.'Y 1 f, 4' i `1-,01C r • )) ., l 1 \ • • rr:...,) 1 tl 1 t R MJ 6 \ 1 1 `...-.- ° , \'{471 E /` `,% \\Pi �% ♦ . M l `` pyf .'` j VV ....___-._._._ N4 l.�..�, ' , .. • a INBOUND OUTBOUND LESS DUE ;'. RETURNED MATERIALS TOTAL ALLOWED WITHOUT PROPER AUTHORIZATION. SUBTOTALTAX NO RETURNS DEPOSIT FREHT SHIPPING. 0 SUBJECT TO HANDLING CHARGES, SEE REVERSE SIDE FOR IMPORTANT TERMS AND CONDITIONS OF SALE AND LIMITATIONS N ° OF WARRANTY. .: 1•, 0 eza may f,7L e�,t(I. V. ' µ) t � { k~.. 0 ai 0 „CIO O1, SALESMAN - • ML CONTACT ENDOR ENDOR PO NO. ROUTE N0. RUN N0 DEPART TIME ROUTE DESC. PACKED BY CHECKED BY P.O. N0. AISLE LOC S� w CUSTOMER'S SIGNATURE: DATE: CUSTOMER COQ''; TERIVIS: AN t • O ig 3 0 fiS FERGUSON FERGUSON WU $193 4411 WOODS AVE. LOVELAND, CO80538-441. 5 AGE 2 '.4„r I ACCEPT B/0 N HWR001 N SOURCE SSE IB FRS Q N OBt ° n 0„ 0 ' r : 970N-27: rt.' :"1,1 iii111 Y•Y .rt 4,.T, ,-4,7 • I ORDER NO. L *~'. l 1in6i` a .. � � r` � � � � C[c WRITER SALESMAN REQUIREb DATE SHIP WHS. SELL r WHS. TAG PO NO CUSTOMER NO CUSTOMER ALPHA CONTRACT NO BID NO. ORDER DATE ORDERED B'i INSTRUCTIONS OML CONTACT ALL'S:'' -`t 1 �� Pcv'4 VENDOR D I I/ �, . w. rt Wt, $ y �L O V E LCO9053 Y V � F� 'T,,,r` .4� AVE* , i � dye � �•, �v n. 4-? I p , 4411 ', a °Li� � 1p1l 1YA � 1� � itih 0 �sa9' n�� �'S^r D CO �i �Y' tl Y V, LAND VENDOR PO.. NO. �r i I 1 SHIP VIA ROUTE NO RUN N0 DEPART TI1‘ 0 -ii oft. 7 rsP P-._ .1 1. n 7 Fl li Mfh ar i l 4.`k q . O PCS BAGS BOXES CRATES LENGTHS BUNDLES ROUTE DESC "° G � CUSTOMER ('O. NO. • JOB NAME. ATTN: SHIP W`. SHIP DATE DL —LIVERED BY PACKED BY CHECKED BY LINE ORDER QTY. SHIP QTY. ITEM CODE DESCRIPTION UNIT PRICE U/M TOTAL PO. NO. AISLE LOC , . 1 1 • it L [ - t. • Li • . . S• • G (. f i , .. ., 3 .: • r s r . 1.'4 . . • L x r, v . i .r . L • L 1 • , r , • , i t ' 1 . i x L rl . ; ,, i i • i r i 2, EL°• .,.- ," - `. •.r 5"a.� e i_ ° 6 y i- ; i t ^' '°` - 3 F " ' .. A y.. ..� s 1 2 E - ' li 1 ,' L' 1 t , �lP c'k1 Cr—. ��', r, d , a4 9'-a\ i. � tir;'% E � L ck * —_ M , �yv y L i , . -. . . fL• f 1 . Z •v• Y ••° v 1 Pi : .' "t •. .! A I`LL ! • f'1 "! W• + • t •$ �` c C .cab - d . [ a R 1 .t a•. 3 ' r t� d ` g. �•r • J . ti i • - f ' 3 . M•a.ir•••��( • ° — ° .. rr 1 . . i i , \ '2 ' ", a - • d . o•d s . a f - x i. 1 • ••r • �. '. ° i.•,.. • i . L • 1 . ,• s a l :d L,} i . .. 1 e. i ut _' •f ~ '• : e ° F f , l i . ° a • - b nEF •s.. �, ° byti �; a ,� ...� .. Y• . •tv t i . tl'f ti`. b. •"i b• .a rA 4• ,•n. •t• • _. . C' . • •' 1 •-• x a n • ,. t ..-.•'... 's Y' 1 a ' s l n t . - • 6 �, _, — ... ew .. vi 'g ' _ it n " i a• .i .r. �' • �,• °' 4 ° �"I, • Q a ��•° 1 i sii... --f •f ° p, > 'a ,r> .. ° • s - - a. ° d � J._ 5' 9 n 6.. : 1 E z �_ l •- _ .. .. NO RETURNS ALLOWED WITHOUT PROPER AUTHORIZATION. RETURNED MATERIALS INBOUND OUTBOUND LESS I SUBTOTAL TAX SUBJECT TO HANDLING CHARGES. FREIGHT SHIPPING DEPOSIT TOTAL DUE SEE REVERSE SIDE FOR IMPORTANT TERMS AND CONDITIONS OF SALE AND LIMITATIONS OF WARRANTY, 11 CUSTOMERS SIGNATURE: DATE: C USTOM(-) COPY TERMS: Contract Form New Contract Request Entity Information Entity Name* GROWLING BEAR COMPANY, INC Entity ID* 8O0001753 Contract Name* WASHBAY CHANGE ORDER # 5 (2020-2745) Contract Status CTB REVIEW New Entity? Contract ID 5341 Contract Lead* SGEESAMAN Contract Lean Email sgeesamanco.weld.co.us Contract Description* ADD ELECTRICAL PATHWAYS & RECEPTACLES. REPAIR 2" WATER LINE. Contract Description 2 Contract Type* CHANGE ORDER Amount* S18,962.00 Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.c om Department Head Email CM-BuildingGrounds- DeptHead weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYA► 1O'RNEYPWELDG OV.COM Requested BOCC Agenda Date* 10 27,,`2021 Parent Contract ID Requires Board Approval YES Department Project # Due Date 10/2312021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2000166 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 11;1512021 Termination Notice Period Committed Delivery Date Expiration Date* 11/15/2021 Contact Information COnfatt ttif0 Contact Name Purchasing Purchasing Approver ROB TURF AppI Process department Head TOBY TAYLOR DH Approved Date 10/19/2021 =i>aal Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 10,`25/2021 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHRIS YOVID1O Contact Phone 1 Contact Phone 2 Purchasing Approved date 10/20/2021 Finance Approved Date 10/19/2021 Tyler Ref # AG 102521 Legal Counsel BOB CHOATE Legal Counsel Approved Date 10' 19,E"2021 (one l D * Sim 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 August 4, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Wash Bay and Welding Building — Change Order #4 (2020-2745) During the construction of the Wash Bay and Welding building, it was discovered that several items required by code were not part of the original bid; a knoxbox required by the fire code, a bollard to protect the interior electrical transformer and a light pole base on the wash bay island. This change order reflects the combined costs in the amount of $1,805.00. Facilities is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 6>,semt ap,,,64, g _ /(e, -,7O;ef F,/4,a' �6ao - 074/5" f3GooaA. Date: CHANGE ORDER # 4 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND GROWLING BEAR CO. INC. August 4, 2021 Original Agreement: Weld County document no. 2020-2745 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 2,479,836.00 Original Contract Amount $ (8,894.00) Previously Approved Change order(s) Amount $ 1,805.00 Current Change Order Amount $ 2,472,747.00 New Contract Total 4. All other terms and conditions of the Original Agreement remain unchanged. OR: B Name Title Date [5-12-1 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 1 of 1 moat a7, Exhibit: Change Order # 4 ' P Project Name: Weld County Truck Wash & Welder Building 8/3/2021 % Project #: 2011 Related Docs > ASI CCD COB RFI Trans # . t Email PCrO # Title Status BOD Date Schedule Impact Closed Date Date Req. Critical CO# 007 Knox Box, Light Pole, Bollard Open 08/03/21 No Description: Labor & Material included in the addition and installation of the following: transformer. Knox Box, Light Pole base @ the island & (1) bollard at interior Calendar days impacted all additional impacted on this change are only projections based upon known data at the time days on this change. of submittal. Growling Bear reserves the right to claim for any and Item# Description Quantity Units Unit Price Total Days Sub 001 Knox Box 1 ea $ 429.00 $ 429.00 002 Light Pole Base 1 ea - $ 430.00 $ 430.00 mx 003 (1) Bolt Down bollard -� 1 - ea $ 180.00 $ 1.80.00 - -$ "" 004 m - 005 $ - 006 $ - 007 ° $ - - - - 009 $ - _ 010 � -- _ $ ._._._..._ 011 �._... - ._.., - _ $ - - 012 $ - _._,.. _.- _ 013 - - - - _ 014 $ - _ - __ _ _ _ 015 016 $ - . . _. .._.m.,____. __ m __ . ww_m___ 017 - .. .i: v uu.i 'Ju. Jwr wxvw.ww . _ _ _ .- u�_w... fw'+.�1..n....1.uF. r..+.MuruWYe_.J.r...M $ W- _ - .uw ._. ... wi wvon um. w ./u s.. n....Le...w.w...uauuu.iu YM1nn.4u v..n... .M._K+nnw..:—mAa:nn...wo..wG.i.JM:r.NWWw.: NNw w...-.. ..uuv..r.. ...w r. vwf4u.nu. Yuu.WWwNW wurW.W w...N..w� .u..+..n....W_ 018 $ - apw.ve-t .. —..v How m.m .+. ..I nx.. rwm +r x.u..• !.^'••W^. .w .. w.n rn+.>vw.. mnv.W.n 019 . .. _ _.._. x v ... u.m ... w .. .e...i.-. r G:w�.�. 1 w...,.:c . .•w _ __ _, n_..... , __m._..._ . .n m w—...w.l .w. -.. Y._-rr_ ...n w...,...m..w;•... .. _ 020 .. .... $ - Self Perform Description t1;5 'r1:�.,t33.1 kJ 07` : I. ii„`-thr Quantity Units Unit Price Days 001 Project Manager 1 MHRS $ 85.00 $ 85.00 . m - _ _. _ . _ - - ._..,-. ... 002 Project Engineer -m MHRS $ 65.00 $ 195.00 _. _ - 003 Superintendent 3 MHRS $ 75.00 $ 225.00 - 004 Carpenter MHRS $ __ 65.00 $ _ t _ 005 Laborer MHRS $ 45.00 $ - 006 $ - 007 $ - 008 $ - 009 $ - 010 $ _ . 011 $ - 012 - w $ - r 013 - __ $ - 014 _. .W�, w • .._,_4 • LA �el h.., w . r .. _ A• - _. $ - _ 015 $ - i 01.6 ° �mw _ ww_._w.ww. ___......_ ...w..w__ww � �.w_,...._......�..ww.-. w. :.,�.r m,r .w ..mwr ..ww..-..._... ..T_... .. _ _ .. _ - $ _ .�.... w _ w.,.�._.._._...,.w....m.w....wYw.:,mmw 017 wti.. ___ $ - _ _ _ _ 018 _ :. w _____ _ _ _ __ m _ .w._ _ $ �.._ _. __ _ _ _ __.-. .... ___ __ _ _-.w _ _ .... _ .._.._. ___~ W_ ..-_ 019 $� _. 023 . ' _ _ __ $ _ . General Conditions m . _ _ __ .-___ _ 0 Days $ 1,250.00 __ _ $ - ,Days _... m _,. _ _ _ _.... . .0 $ - $ _�, _ µ.___ _w. :Weather Days _-__ _. . w .. - . W ._ _.. _�....._�.w._ .w. _ $ r _ - _ - m _... -. 0 Days Non-Compensible Days - $ - I $ 12.00 _. _ _ ..... per $1000 $ 18.53 GL Insurance T - w ~� 1.544 : 10.00% % a -. $ 1,039.00 $ 103.90 OH Markup Sub % $ 57.15` $ 1114230 5.00% - __ Profit Markup Sub 10.00% $ 52.35 % Self Perform Oh Markup $ 523.53 5.00% $ 575.88 % $ 28.79 T 1 Self Perform Profit Markup - - -- $ 1,804.72 % 0.00% 1 $ - Bonds Total PC® $ 1,805.00 0 Days 4-4v ri:mttkatz, Cortnerzie) caSttor.. isi.ragurxt 3200 f .....,.......,r....._...O.._.apes .. Sp -me -AP... Model 3251 - KnoxBox 3200, Surface Mount Hinged Door, Black 101 Ot del mg Support Cail:800-x.52-569 10O AM - 4:00 PM MST Commercial KnoxBoxes KnoxBoxi®, 32x0 Standard Capacity Model: 3261 itASRP: 'r Price: 3 2 "1. Color r-'' Aluminum Black O Dams Bronze 3. Tamper Switch Type N one r i Fire Alarm Panes O Security Mann 2. Mount Type O Recessed Mount Surface Mount Installation Address 0 The installation address is where this product will he installed. Do not eater the shipping address here. Available for: Greeley Fire Dept - GREELE``r` CO Businen Dame Address Line 1 a ay if frtat:r:�„ irciLde d recticrat iitr''3M/E se the ee vie . Enter a location Bute/Apt,/Unit Cam* Country* Add to cart Jul/15/2021 Costumer Mile High Concrete Inc Growling Bear Co. Inc 1101 Marigold Dr Denver Co 80221 (720) 771-2271 Weld County Vehicle Wash For your review bellow is our scope of work and price for material and labor for the above mentioned change order. If there are any questions regarding this change order, please let me know= Thank you. Scope Of Work Is Including: Added Light pole base Change Order breakdown Q u Price Each Subtotal Here is the price for the Light pole base on the Island 1 $ 430.00 $ 430,00 $ - _ $ $ - $ - $ _ $ $ - $ - $ - $ $ - $ - $ $ _ nsurance Overhead & Profit 12% Total: 430.00 Bollards, Safety Bollards, Removable Bollards in Stock - ULINE https://wwvvv.uline.com/BL_1534/Safety-Bollards?keywords=bollard ULINE 1'800-295-5510 My Account I Contact Us I Sign In I Cart $0.00 Search Ecc21 Products Uline Products Quick Order Catalog Request Special Offers About Us Careers Home > All Products > Warehouse Equipment / Supplies > Safety Guards / Barriers > Safety Bollards I 4fiErrafh,;, ..More Images STANDARD SAFETY BOLLARDS - 11 Gauge MODEL NO. H-5555 H-2118 H-2119 H-5556 H-6290 ^ DIAM. 4.5" HEIGHT 24" 36" 42" 48" 60" MOUNTING PLATE DIM. 8x8„ HEAVY DUTY SAFETY BOLLARDS - 9 Gauge H-4970 H-4971 H-6291 DIAM. 5.5" HEIGHT 36" 42" 48" H-6292 60° I SAFETY BOLLARD ACCESSORIES MODEL NO. H -q 1 2, 1 Concrete installation Kit (4 Anchors/Kit) MOUNTING PLATE DIM. WT. (LBS.) FIXED SAFETY BOLLARDS Protect equipment from damage caused by forklifts and pallet trucks. • Sturdy steel bollard posts have removable black caps. Fill with concrete for extra strength. • Fixed - Permanent installation. Removable Bollards - Mounting plate slides out of removable base for ternporary access to equipment or machinery. Padlockable. ® Chain - Creates a chain link barricade between bollards. Hardware included. REMOVABLE use 241,24•4•ZoszerSefeabaase FIXED 18 22 24 26 34 ADD 8x8" 27 43 51 ' 67 PRICE EACH $77 82 97 108 128 $72 77 92 103 123 ^i ADD TO CART 1 r - 1 • SHIPS VIA UPS ADD ADD i ADD ADD ADD FIXED $97 113 128 149 H-6289 10' Steel Chain 0 'P4MNMNW.WN 1 0 DESCRIPTION $92 108 123 139 1 1 ADD ADD 1 ADD SHIPS VIA UPS REMOVABLE i y $97 103 118 128 149 ADD TO CART t r $92 97 113 123 139 1 ADD ADD ADD ADD ADD SHIPS VIA UPS 1 REMOVABLE PRICE EACH 1� $118 133 149 4+ $113 128 139 169 159 nrs" ADD TO CART 16 1 1, Y/NAN�i110 SHIPS VIA UPS ADD ADD ADD TO CART 1 11 -._.. I1 i ADD ADD ADD AD SHIPS VIA UPS I .i..le n••.... ♦es. .....N..TP.. Yean.R 1 of 1 8/3/2021, 8:11 AM /p L.gbL" 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 June 9, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Wash Bay and Welding Building — Change Order #3 (2020-2745) During the construction of the Wash Bay and Welding building, it was discovered the Hoffman Cabinet provided by the contractor does not meet the counties IT equipment needs. The most economical method to provide the correct cabinet is to procure it through the County IT Department resulting in a deduct of $148.00. The County also decided that portions of the site should be paved; in preparation for pavement certain scope items from the original contract were no longer needed resulting in a deduct of $13,007.00. This Change order reflects these combined deductions in the amount of $13,155.00 from the original contract. Facilities is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director (o-oZ3 -al o2-0026 — 02 74 Date: CHANGE ORDER # 3 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND GROWLING BEAR CO. INC. June 7, 2021 Original Agreement: Weld County document no. 2020-2745 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby inoorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 2,479,836.00 Original Contract Amount $ 4,261.00 Previously Approved Change order(s) Amount $ (13,155.00) Current Change Order Amount $ 2,470,942.00 New Contract Total 4. All other terms and conditions of the Original Agreement remain unchanged. C • TRACTOR: l B Name Title: ATTEST: Welded%) J,LLD'e1 Weld • u ty Clerk to the BY: Deputy CI to t Date BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO teve Moreno, Chair JUN 2 3 2021 Page 1 of 1 o2oa O 02?164 Exhibit: 1 -Change Oder # 3 PCO # Title Apo os. ChaA g Project Name: Weld County Truck Wash & Welder Building Project #: 2011 Status ROD Date 4./23/2021 Related Docs ASI Schedule impact r CCD COB RA Trans # Closed Date Date Req. Critical Email CO# 005 Weather Days & Hoffman Cabinet Deduct Open 03/25/21 Yes Description: Deductive change order resulting from the owner supply of the hoffman cabinet. In addition to the No Cost PCO resulting from 16 weather days as shown on project schedule and below for refrence. Original project completion date of 8/15/21 to be adjusted accordingly to 9/3/21. Calendar days impacted on this change are only projections based upon known data at the time of submittal. item# Description Quantity Units Unit Price L Total Days I. Saab 002 003 004 005 006 Weather Delay Weather.Delay Weather Delay Weather Delay Weather Delay - 12/11/20 - 1/26/21: - 2/8/21- 2/12/21 - 2/15/2. 2/17/2. - 2/18/21 007 Weather Delay - 2/25/21 Mn.w M..........:r...nNM.... .vi: t.S.:.W...n� rvry.. ......... ..:.:... .. : .. 008Weather Delay 3/15/21-3/17/21 666_ Hoffman ,Cabinet 010 011 012 013 014 015, 0_16 017 ...�,M... 01g_. 019 020 5 1 EA EA EA - $ {148.04) . $ (148.04) f...w.rw0 � a. 1 3 ALL ALL ALL. ALL ALL ALL _•ALL ALL HSE . Self PerfiS�rrn 001 CO2 003 - 004 005 006 007 cos 009 014` 011 012; 013 ...fwn 4VP•.v..... 014. �. - ^uo.rvwvaxx wVw.mseiT'ie .. 015 016, 017 018 019 020:. 0 Description Project Manager Project ^Engineer Superintendent Catpenter ` Laborer a..� ^ General Conditions Weather Days Non-Compensible Days GL Insurance OH Markup Sub Profit Markup Sub Self Perform Oh Markup Self Perform Profit -Markup Bonds Quantity 0 Units MHRS MHRS ` MHRS 0 m MHRS 0 MHRS (148.04) (148.04) fr (148.04) e _Days Days, Days per $1004 _% OjM Unit Price 85.00 $ 65,00 $ 75.00 $ 65.00 $ 45.00 $ 10.00% a 5.00. 10.00% 5.00% 1.25% Days 0 0 0 z:. $ (148.00) 140.1.414 .^Nl kon•A Total PCO 16 Days 005 006 007 009 010 011 .:.............. 012 013 014 015 016 017 018 019 020., Self Perform Title EhR it: 2 -Change Order # 3 d Change Order Project Name: Weld County Truck Wash & Welder Building Project tit0 2011 Related Docs ASI CCD COB PCO # 006 Site Scope Removal i Status Open BOD Date 06/01/21 Schedule Impact No Closed Date Date Req. RFI Trans ## Critical CO# Description: Removal of site scope items in prepe -ation for asphalt per email from weld county. Calendar days impacted on this change are only projections based upon known data at the time of submittal. Growling Bear reserves the right to claim for any and all additional impacted days on this change. !tent* Description Quantity Units Unit Price Total Days Sub Remove 32' of Drainage channel sect on B -B 001 2.Remove 201.x 15' rip rap pad downttrearn of drainage Channel Sec B-6 0O2 003 Remove Emergency Overflow _ Remove 30'x62' Emergency overflow rip rap spillway Remove installation of 24" RCP (24' Pipe will still be supplied to project site - not installed) Description 001 0_02 003.E .V:. 004 Q05 006 0'x'7 O08 079 oi0 012 013 014 015 016 017 018 019 020 Project Manager Project Engineer rye mn Superintenden Carpenter Laborer ea ea ea K.* '• General Conditions Weather Days Non-Compensible Days ��..�....,, .... suss. GL Insurance OH Markup Sub Profit Markup Sub Self Perform Oh Markup Self Perform Profit Markup Bonds 4. Quantity Units 1111H RS (780.00) $ (780.00) (464..00) .$ (464:00) (1,200.00) $ (1,200.00) (8,160.00) $ (8,x.60:00) $ (2,403.00) $ (2,403.00) -T..:4xu.L...o.w . ...m........W.••••••••mo,e......, ...mnrrnare... Unit Price 85.00 $ M H RS $ 65.00 $ �IHRs $ 75:oa $ M H RS $ 65.00 $ MHRS $ rrt, Days 0 Days` _orrirrrw*Pr user....._ ":440.0•04.0.00....4•01.13 ...11;4 µw SAW ._.rWa.,t1 lent VITIMI,.,. stale • 1,250.00 _ -13.007per $1000 $ 12.00 $rn (13,007.00) 1`a 10.00% $ (13,007.00) % _5.00% $ % _.. ., 10.00% $ - % 5.00% °fo 1.25% OrW ..,., ,_;. _Yµ r._ -7 1 $ (13,007.00) Total PCO 0 Days 1e Remove 32' of drainage channel Sec B -B. — $780 2. Remove 10' x 15' rip rap pad downstream of drainage channel Sec B -B - $464 3. Remove Emergency Overflow — $1,200.00 Remove 30' x 62' Emergency Overflow Rip Rap spillway — $8,160 5. Remove Installation of 24" RCP south of new building. (Pipe will be paid for) — $2,403 6. Approx 32,000 s.f. of road base (For a final surface southeast and northwest of the building) N/C JOB NAME: DATE: ESTIMATOR: SCOPE: WELD COUNTY FLEET SERVICES 10/1/2020 AD EARTHWORK AND UTLIITIES, EXTRAS AFTER BID, TO GRETCHEN DESCRITION/ITEM UNIT/1NRS OT HOURS COST REG COST OT COST TOTAL PERDIEM'TRUCK PAY GRAND TOTAL 30x62x1.5" RIP RAP OUTFALL 9'1204 TONS 204 40 8160 0 8160 8160 8160 DEDUCT 10X15FT RIP RAP CHANNEL 11.6 TONS 11.6 -40 -464 0 -464 -464 -464 DEDUCT LABOR AND MACHINE FOR 24" RCP, WHEN DROPPED R WILL BE DROPPED WHERE THE COUNTY DIRECTS AND NOT MOVED AGAIN, 75FT AND 2 FES'S MACHINE WILL HAVE TO UNLOAD FES" S 0 0 0 2403 2403 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $ (464.00) Overhead & Profit May/5/2021 Costumer Mile High Concrete Inc Growling Bear 1101 arigold Dr Denver Co 8022 ghconcrete 'gmaii.com (720) 771-2271 2'011 Vehicle Wash For your review bellow is our scope of work and price for material and labor for the above mentioned change order. If there are any questions regarding this change order, please let me know. Thank you for this opportunity. Deductive Change order Proposal Breakdown Scope Of Work is including: QTY U/M ve 32' od +rain C'�anne Price Each Subtotal 7 a i k JJ 9 C $ — I � — i $ - 12% 780.80 To New Contract Request Entity Information Entity Name* GROWLING BEAR COMPANY, INC Entity ID* P00001753 Contract Name* WASH BAY CHANGE ORDER #3 (2020-2745) Contract Status CTB REVIEW Contract ID 4825 Contract Lead* SGEESAMAN Contract Lead Email sgeesamanJPco,weld.co.us Contract Description* CHANGE ORDER: REFERENCE DEDUCT FOR CHANGE OF SCOPE DUE TO PAVING. Contract Description 2 Contract Type CHANGE ORDER Amount* ($1 3,1 55.00) Renewable* NO Automatic Renewal If this is a ren Department BUILDINGS AND GROUNDS ent Email CM- BuildingGroundsOweldgov.c am Department Head Email CM-6uldingGrounds- De ptHead Ave l dgov. co m County Attorney GENERAL COUNTY A I 1 ORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EY'�WELDG OV.COM �-ous Contract ID If this is part of a NtSA enter NISA Contract ID Requested BQCC Agenda Date* 06/21'2021 r7 Parent Contract ID Requires Board Approval YES Department Project # Due Date 06/17/2021 Will a work session with MCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Sid/RFP #* 82000166 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* 09/27/2021 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date 09; 27x2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 06;16;2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06x'23.2021 Originator SGEESAMAN Contact Type Contact Email Finance Approver CHRIS ©'OVIDIO Contact Phone 1 Purchasing Approved Date 06,1812021 Finance Approved Date 06/17x`2021 Tyler Ref # AG 062321 Legal Counsel BOB CHOATE Contact Phone 2 Legal Counsel Approved Date 06'18=`2021 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 January 22, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Wash Bay and Welding Building — Change Order #2 (2020-2745) During the construction of the Wash Bay and Welding building, it was discovered there is not a conduit identified that would allow County Fiber to be installed into the building. The most economical method to install this conduit is before the concrete floor is poured. The cost to accomplish this task is $1,515.00. B&G is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CMS ean-t 0 X2.'7 2.1 Zb2D— 2145 g,C�0D22 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND GROWLING BEAR CO., INC This Agreement Amendment ("Amendment"), made and entered into [y I flay of January , 2021, 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 Growling Bear CO, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-2745approved on October 7, 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. Proposed Change Order 002 dated January 20, 2021 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: Gretchen Welch as Project Manager GBCI Printed Name Signature ATTEST: ddrildiV `" Weld un y Clerk to the Bard BY: Deputy Cler APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair JAN 2 7 2021 APPROVED AS TO S BS ANCE: Elected Of ial or Department Head Exhibit: Change Order # 2 Project Name: Weld County Truck Wash & Welder Building 1/20/2021 Project #: 2011 Related Docs ASI CCD COB RFI Trans # 1 I 041 Email PCO # Title Status BOD Date Schedule Impact Closed Date Date Req. Critical CO# 002 Data add Open 01/20/21 No 01/20/21 Yes Description: Per RFI 041, (2) 4" data conduits to be installed in Rm 107. Pull box to be installed as shown. Calendar days impacted all additional impacted on this change are only projections based upon known data at the time of submittal. Growling Bear reserves the right to days on this change. claim for any and Item# Description Quantity Units Unit Price Total Days Sub Per attached, materials, labor, and 1 LS $ 1,280.00 $ 1,280.00 0 HSE 001 excavation for add M _ _ . ✓_ .. _ _� . - �._ ._ _Tw- 002 .�._.-..�n...._._ . , .____ ._,�.w._... _.._.-_--- -.- . _ _ _ .�..,n,..w�..___._..�.w.... _�n n. _ $ - __ .�.n. . _ ._.___,..._._. 003 004 - ••tww..wN..,.._..w....... , i , . _ _. .nywJ_:....ai...Jww.. _...._nwN..�__._.._. 005 $ - 006 $ _ i :... — _ _ .. _..�...w nO.:.,..w-n. .w..�:r� _._...Ny:.w.:,.�.M..." .4 ........k.......... .4.,... ._. J_.. ....:m. _ " 007 $ - _ w__. _____ _ . __ __ _ 008 $ - 009 $ - 010 - _. _ -.._ - - - -- -__ . -- . _ _. $ - 011 $ - _.. _ _ _ _ w _ _ wow_ __ ._.._.._ . .. 012 _ $ w.• _ .w_.. ww____ n.. _ �...., _ _..______,-....„..__, w__-___. _..__W.. .... ...___ _.w w ,. _ _ .. 01.3 $ - -- - . .__.w,._.•. • . _. . 014: _ 015 $ - j .._ - - • 016. -• _ . �ILinn4Ww:YYwaJI.M11�.•.uwwuML�.vWuv ... '•,.AwroSi-.n..•....u....lowi.wWL.Ji...rr..._eii_WLI.u:-...J+uJVA..✓tiLMNM--JJ.0 MIP•MV wALY..mvrh_..-'.i.Nrow-lido lry .. r.aLui• i.Y••._.e.a.ar'. u..W u.u.1Y[( - . NIP-Wma tmlunw.+1 - .i _. i.JrJ_ • .. 017 _ . _._.. n_._._• ___ $ _ --- . _ _ 018 $ - . _ _ _. _ w_. - _ w n_ _, 019 $ - .. �M-. .n -•-.n _._.. __• ._._•r._..- .••1.•_+ .• ••••••IM _. ••.....,-_... ....M_ITT . .. •,.TI.,.`._._...._n. _. n. _ r. M 7 020 $ - Self Perform Description Quantity Units l_ Unit Price Days 001 • I Project Manager MHRS 85.00 - 002 Project Engineer MHRS $ 65.00 $ - •• mon. ,..r.I-... v” 1 . rt,,,,,,„--, - - : y. ....»a. ••• rrrn •n.s.. mr- _rvr.: •vh«n.•WrT .• wry m.. «. •m-Y'^m v«_. ... -. n. r ..• r.•.. .v.•._ •rn.P..-..r..n-.n..-. .............• . . . . r • ..tt-'gym•. 003 Superintendent .. MHRS .. 75 :.. - $ oo $ . Ll_ .... .:. �. .. ... ... n.- . ... , .. -. ':.L_.�J.•: :(.�:, .. ... .. .. .... ... �... 4 . u. . •:.• _ ._ ._..w...b.u.. _ .x.. ,y;r<, •l w..i1.wflumwal: 004 Carpenter MHRS $ 65.00 $ - .____- -� , --.-n. _ _ _ ___ L_ ... _ - . . - . . 005 Laborer MHRS 45.00 _ . ....:n.... _.�.w. .n.u..:.W:..•. •wrJ.ALl__.4r� nw' Lw '..�+.I..3L. _.:...iii.. '. •... .n-...w.t:Gl_ .Y JL.w ...0 .w•.•rv.w��. .w.r0 41 .._ ..-._.:.Li(I+Yi'ri3� .�rJW.u_ .- .•Jaa•• wr.i'......%I.:Jr_1Y.._. •L -Ate•••• .LJ w.•J• .. �v::MN.Ir'..wY.: 006 $ .. 1 007 $ , J . Ju L rJ _ w _ . +w. ... .._. ___.. _ .. wr R 4_w raw. nJ _ M r�.w _—__• m - 008 $ 009 .. - _ _ _ _ r __ _ $ — _ _ - _ . _.w., . _.__._..w.._ .y. --_J .•ww-. _ w-- __ 010 $ _ -m.... .. •-r-...•.. •� ....y •-+--r-.••rte ..n_.._ _ m._. . r• ^_.^ - ... .. 011 $ _ 1 - -- - - - 012 $ - _ _ - - -'-- 013 - . $ _ . _.n ._ ... _ _.. _ �_ � _. _ ._ _ 014 _ _ _ _ $ - ___ . -. n _ _ _ _ _..._ _ - 015 _ u ... w...u>J. n« ♦ ._ _: ... .., 1 ..'..:1 .: •' .. ... •' ...» ____ _ . w....J:.x.._ . ...e .-r. .. _ . _ ..w.,:.iiw. 016 $ - - 017 $ - - - , . w... .++n. _ •_ w ...•uwu. M. •-.•...._ - • a_ ....„ .n...._ . _—wL..__v� .. .. . •.vv... ..r.n s n . .•. n♦ ..m n. .n .x ••+ n..._ _ a - 018 $ - __ __ _ $ - _ 020 nw General Conditions 0 Days $ 1,250.00 $ - Weather Days 0 Days $ - $ - Non-Compensible Days 0 Days • . $ - $ _ _. GL Insurance 1.28 per $1000 $ 12.00 __ $ 15.36 _ _.__.._ ._ OH Markup Sub $ - 1,280.00 % 10.00% $ 128.00 _I Profit Markup Sub $ 1,408.00 % 5.00% $ 70.40 Self Perform Oh Markup :. �.. . $: 15.36 _ % 4.-.' 10.00% $ 1.54 :' m Profit Self Perform _. _ _. _ Markup _._.J_..:.__ $ 16.90 % 5.00% ...fir. _ $ 0.84 w-'..��rtu..r wuLL __ Bonds $ 1,496.14 % 1.25% $ 18.70 _ Total PCO $ 1,515.00 0 Days H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name /Address Growling Bear Co. 2330 4th Ave. Greeley, CO 80631 Estimate Date Estimate # 1/20/2021 768 Project Weld County Truck ... Description Qty Rate Total Weld County Truck Maintenance and Welding: RFI 041 Provide labor and material to install two 4" data conduits and 11 X 18 quazite box. Materials Labor Excavation Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. 1 1 1 540.00 340.00 400.00 540.00 340.00 400.00 Bid good for 30 Days Total $1,280.00 ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date Request for Information Project: Weld zuilding County Wash & Welder Project #: 2011 Truck Robert Robert 801 Greeley, 8th Shreve Shreve Street, CO 80631 Architects Suite 120 & Planner, Inc. From: Growling 2330 Greeley, 4th Bear Co Ave CO 80631 Inc To: Data Conduit Addition Title: R I # Date Schedule Impact Cost Impact Critical ASI COB Picture Specification 041 1/18/2021 No Yes Yes Sheets: Details: E4.0 Per inside the GB RFI: conversation building, to Auto coordinate Wash see on Equipment 1/18/21, auto sketch. wash Owner mech equipment Conduits room would to like t0 a subcontractor. hand stub (2) 4" up data box out placed conduits of floor Please in the in with approximate confirm. concrete pull string on the location that feed south pr from side of vided, attached with Contractor Dylan Jones Representative: Title: FE Response: Both owner and G2 have respond that proposal is acceptable Architect/Engineer g — ii Signature: try � 1 � �� t� n � � I , W b s �. I Date: 17 _,. i 2021 Printed Name: Robert Shreve President, Owner, Architect, Project manT Title: r. s. 10 WP 24d TT xa _ : t, • .1 1 ;.3•(35 ) r"1O EEC WATER tlEAT, 1.34 a+.r 4 1 s1. 4s CONCRETE CURE DIMS- f ON PrNi.s_ 1.4D 1 n its • t ►S t, :-,`• 1 Ii Q•, m _ ec 1.3•.8 t48* T PANIat . a TRANSFORMER T3' PANEL 1,3' A8:-, 24 -S� , 1.3.434 36) Pull Box 1.34) -42 (4410 !Wet eta 4.001: t1 .?PVC. n :1 V' • • . a Al2O2 'easel t — •G s ti• ON ROOF r 12 3 •G 1 L2-tfl • F • T n f 2) Data Conduits I I RI I I T:24Z4T' 1 ANEL11.2` �� 6+° N from ro—ornn r' _ aij f 1 opening • aF ENTRANCE Dtscotter Cr CABINET 9 ) 101 from building wall our( TRANsFoRmER VERIFY FINAL LOCATIaN WITH UTILITY 0114P NY ••y S i .t • i i i HEAT TRACE W E CONTROL PANEL 1..246.8) i' .ki • —tat-242A) -E9 L246.8) i zazz 3 �l MN-R nt.4 t 3.5) ?it,ot Cr i Lt41 ifilA 1 3ti'3 9A L1.14 ABOVE DEMO 4-1'14 4502 Please note dinTh - It.Arts Ion s ,t., r t d (zit 6• Kv t ! Jona.... • H14-202224) LEI H1-41.134 L esit }*C P. r ON ROOF PART al l.e�T L1-1 roe Li44o 4:4 �c1� -14 11.33 • Li ewe• •..¢ ice• ( ...•.•... •~.. .. '• • ;10 fi, L SW -1 E �e •tAMNEL GAS DETECTOR s�NTRCUE t c are Sit 11 eel A .R 6� Li s kill .11 IS.r 1 � / Lin I i 111 Gretchen Welch Flamm: Sent: To: Cc: Subject: Gretchen, Yes hselectric Ilc <hselectricllc@msn.com> Wednesday, January 20, 2021 10:20 AM Gretchen Welch Dylan Jones; Mike Snow; Leslie Brandenburg; Ashley Yaste; Brandon Munro RE: Estimate 768 RFI 041 from H -S Electric LLC , if the excavation is not completed today it will increase as we will have to work around the plumbing items. Thanks, Brian From: Gretchen Welch <gwelchl@growlingbear.com> Sent: Wednesday, January 20, 2021 10:17 AM To: hselectric Ilc <hselectricllc@msn.com> Cc: Dylan Jones <djonesl@growlingbear.com>; Mike Snow <msnowl@growlingbear.com>; Leslie Brandenburg <Ibrandenburgl@growlingbear.com>; Ashley Yaste <ayastel@growlingbear.com>; Brandon Munro <bmu n ro1@growlingbea r.com> Subject: RE: Estimate 768 RFI 041 from H -S Electric LLC Brian, Can you please confirm that you Thanks, Gretchen Welch 970-534-0640 r excavation line item is contingent an getting approval today? From: hselectric Ilc <hselectricllc@msn.com> Sent: Wednesday, January 20, 2021 9:10 AM To: Gretchen Welch <gwelchl@growlingbear.com> Cc: Dylan Jones <djonesl@growlingbear.com>; Mike Snow <msnowl@growlingbear.com>; Leslie Brandenburg <Ibrandenburgl@growlingbear.com> Subject: Estimate 768 RFI 041 from H -S Electric LLC Dear Customer: Gretchen _ we have our excavator onsite today; if you are able to get this approved today; he will be able to excavate this today. Please review the attached estimate- 768. Feel free to contact us if you have any questions. We look forward to working with you. Sincerely, 1 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 November 16, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Wash Bay and Welding Building — Change Order #1(2020-2745) During the construction of the Wash Bay and Welding building, it was discovered there is a buried electrical line for the existing parking lot lighting that is in conflict with the building location. To move the electrical line, a change order in the amount of $2,746.00 is needed. To accommodate the construction in the time needed, B&G is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director C-r-r/s& 11/2S1-20 ///02,5/a 2020-.27s1 5 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND GROWLING BEAR CO., INC This Agreement Amendment ("Amendment"), made and entered into 10th day of November , 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 Growling Bear CO, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-2745, approved on October 7, 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. Proposed Change Order 001, dated November 9, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Gretchen Welch as Project Manager, Growling Bear Pri ed dame S' nature ATTEST: Weld C BY: .ait ddizA,A) V Jeito;,,k, lerk to the Board Deputy Clerk the :oard APPROVED AS TO,FFUNDING: �� OlJl,--- Controller APP�ED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY,.. U�NTY,,CCO�LO�RADO eri Mike Freeman, Chair NOV 2 3 2020 APPROVED AS T►_,y. BSTANCE: 'al or Department Head Exhibit: Change Order # 1 Project t Proposed Name: Change Weld County Truck Order Wash & Welder Building 11/9/2020 / Project #: 2011 Related Docs - ASI CCD COB RFI Trans # i1 009 Email PCO # Title Status BOD Date Schedule Impact Closed Date Date Req. Critical CO# 001 LP Electrical relocate Open Yes Description: Calendar days impacted all additional impacted on this change days on this are only projections based upon known data at the time change. of submittal. Growling Bear reserves the right to claim for any and Item# Description Quantity Units Unit Price Total Days _ Sub 001 Electrical relocat per attached proposal 1 LS $ 2,320.00 $ 2,320.00 002 - $ - 003 -- --- --- --- ---- - - $ - - --- ________, 004 $ - 005 --- ----- - - - $ - 006 - $ - 007 $ - 008 - $ - 009 -- - --- $ -- 010 - $ - 011 $ - 012 $ - 013 $ - 014 $ - 015 $ 016 - - - - - -__ _ $ - 017 . - - - ---- -- ------ - _ _... _ - -- - -. _ $ ._..: - --- -- - - - - - 018 - -- - __-$ - 019 $ - 020 $ - Self Perform Description _ Quantity Units Unit Price I I Days 1 001 Project Manager MHRS S 85.00 $ - 002 Project Engineer MHRS $ 65.00 $ - 003 Superintendent MHRS $ 75.00 $ - I 004 Carpenter MHRS $ 65.00 $ - _- - 005 Laborer MHRS $ 45.00 $ - - ---- -- - 006 - $ - f 007 $ - _ 008 $ - 010 __ _ • - -- --- - - - - - $ -- _ - - - - - 011 $ - - _ - -- - - - 013 $ - - _ - 014 $ - - ---_-__-- -- _ -- --- _- --- 015 - --- - $ ----- - - - - _ 016 $ - - -- -- - 018 - $ � .___.._ _ _ _ _J 019 $ ' - - - - 020 - -- $ - General Conditions 0 Days $ 1,250.00 $ - $ - _ $ - Days 0 Weather Days $ - $ - Days 0 Non-Compensible Days $ 27.84 $ 12.00 per $1000 2.32 GL Insurance $ 232.00 10.00% % $ 2,320.00 OH Markup Sub $ 127.60 -- -. 5.00% % $ 2,552.00 Profit Markup Sub - - - $ 2.78 - 10.00% `,, $ 27.84 Self Perform Oh Markup $ 1.53 1 5.00% % $ 30.62 Self Perform Profit Markup _ _ $ 33.90 1.25% % $ 2,711.76 Bonds Total PCO $ 2,746.00 0 Days tle7at lfc H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name / Address Growling Bear Co 2330 4th Ave Greeley, CO 80631 to Date Estimate # 11/4/2020 735 Project Weld County Truck Description Qty Rate Total Project 2011 RFI #009 Option 2 Provide labor and material to reroute approximately 320' of conduit from light Pole A to light Pole B without use of quazite boxes Materials 1 470 00 470 00 Labor 1 1,500 00 1,500 00 Trencher Rental 1 350 00 350 00 Labor pnce assumes clear path with no piles of dirt or etc Any work not Included in the scope of this bid will be considered an extra by H -S Electric LLC The work will be completed after a change order is approved and signed by owner or owner's agent Bid good for 30 Days T®ta $2,320 00 ACCEPTANCE OF PROPOSAL - The above pnces, specifications and conditions are satisfactory and are hereby accepted You are authonzed to do the work as specified Signature & Date Request for Information i ,. Project: Weld Building County Wash & Welder Project #: 2011 Truck To: 8th Shreve Shreve Street, CO 80631 Architects Suite 120 & Planner, Inc. From: Growling 2330 Greeley, 4th Bear Ave CO 80631 Co Inc Robert Robert 801 Greeley, Title:iUncovered Electric Line RFI # Date Impact Cost Critical ASI COB Picture Specification Schedule Impact 009 10/30/2020 Yes No TBD Sheets: Details: RFI: Existing electrical sketch. relocation. line not shown line is on in conflict plans runs with from proposed Light Pole building A to corner. Light Pole Please B across provide lot, see direction attached regarding Electrical Contractor Dylan Jones Title: FE Representative: Response: rnL where mounted construction utility shall they ring pull interference. are out box area. fed (traffic existing from. Refer Intercept to rated) pole civil light and plans circuit existing re-route for conduit notations or in circuits order for / wiring, to avoid regarding clarification set new grade new existing Architect/Engineer Kate Hodgson Signature: g ' jithY Date: 10/30/20 Printed Name: Title: PM, G2 Consulting Engineers • e*c 177th Ave VE,LD COUNT'? OIL NC taeSpERGY DEPT . , 3ni-rotc+ zp IP 1 o� AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & GROWLING BEAR CO INC VEHICLE WASH & WELDING FACILITY THIS AGREEMENT is made and entered into this "jam day of Qc+o be.r , 202O_, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Growling Bear CO Inc. whose address is 2330 4t' Ave. Greeley, CO 80631, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000166". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities abnIrex-rf Ara"- (O-1( �d O 7-..2-O 9a0- a -74s aGoo ga described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which .Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $2,479,836.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Builder's Risk Insurance: Builder's risk coverage in the amount of completed work for renovations, repairs made by the Insured on this project. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of 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, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Growling Bear CO Inc. Attn: Gary Shironaka Address: 2330 4th Ave Address: Greeley, CO 80631 E-mail: garyshironakalAgrowlingbear.com Telephone: (303) 637-0356 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor@weldgov.com Facsimile: 970.304.6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. +h IN WITNESS WHEREOF, the parties hereto have signed this Agreement this I day of Oc,+ober , 202D. CONTRACTOR: Growlin Bear CO Inc. By: Name: 64 Title: /9.. es ,`-", ,, f Date 947 U/Zo WELD COU ATTEST. Weld BY: BOARD OF COUNTY COMMISSIONERS lerk • the Beard WELD COUNTY, COLORADO ve Moreno, Chair Pro—Tem 02.0.10 - 0274/ Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 30631 DATE: JULY 28, 2020 BID NUMBER: B2000166 DESCRIPTION: VEHICLE WASH & WELDING FACILITY DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE: AUGUST 12, 2020 BID OPENING DATE: SEPTEMBER 2, 2020 1. 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: VEHICLE WASH & WELDING FACILITY A mandatory pre -bid conference will be held on August 1212020 at 1:30 PM at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit T o � , � .+ � o Y o o a o bids. We r�,���ir be awl erjr o current state social. thstarac inn to '� Gnaso Bids will be received until: ,Sentemb,er 2, 202Qat AM (Meld County Purchasing Time Clack). **PLEASE NOTE': Lure to the recent events SLIM ounffinthe Coronaviruis (COVI -19) pandemic, some county reigAoyees are Meworkin ; therefore, VP -6e d opPrking • be hc7: via a ES" e Cpnf'erence _jai o See page 11 or conference caH kiforrnation 0 * PAGES 1 — 8 of THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://a.bidnetdirect.corn/ Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Oel jvgly. to Wield County: 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bOs@weldgov.co; however, 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. 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 970400o 4222 0r 4223 -lth any quesidons. 3. INSTRUCTIONS To BIDDERS: INTRODUCTORY HAFO Bios shall be typewritttn or written in ink on forms prepared by the veld Court y Purchasing Department. Each bid must give the full business address of bidder and be signed by hire with his usual signature. ids by pc rtnerships dust furnish the full names of all partners nd must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person sio ring shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may b held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing in behalf of a corpsratin shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied hA-rein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Old Proposal must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accpted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Pure asing Department on or prior to the time indicated in Section 1, entitled, "Notice to udders." :'ids received prior 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 proper y addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior t the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. * In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that geld County will give preference to suppliers from the State of Colorado, in accordance with C.-�.S. § 33-11-11O (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any offic - of Weld County). Weld County reserves the right to reject any and all bids, to Waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded o more than one vendor. In submitting the bid, the bidden agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not: limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Meld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. SUCCESSFUL BIDDER HIRING PRACTICES — ILLEGAL ALIENS; Successful bidder certifies, w•rrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the ENerify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the suocontract•-r shall not knowingly employ or contract with an illegal alien to perform work under BID REQUEST #B2000166 Page 2 this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. if Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms. of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data), If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. BID REQUEST#82000166 Page 3 D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be ceerned to be an agent or employee of VVeld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through VVeld County and VVeld County shall not pay for or otherwise provide such coverage .for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. C pliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of _ ,aw: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract_ It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Leal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the pa yment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged tusiness Enterprises: Weld County assures that disadvantaged business enterprises will by afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis BID REQUEST #82000166 Page 4 for additional compensa ion unless and until the succ- ssful bidder has obtained written authorization and acknowledgement by County f r such additionI services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. * N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agree ,ent and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall retquire each subcontractor, as approved by County and to the exten thet Services to be performed by the subcontractor, to be bound tot 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. Cunty shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the success'ul bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for th purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has tile to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, trowel time, and service trucks used in the servicing (including repairs) of ; ny oct the goods to be purchased by VI ld County, lorado, pursuant to this bid for as many service calls as ar %) necitssary for the first one (1) year period after said goods are first supplied to weld County. Bidder shall submit with their bids the foil wing information pertaining to the equipment upon which the bids are submitted: Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Nor -Assignment: The successful bidder may not assign or transfer this Agreement or any interest ,herein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the optii•;n of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreemere shall be liable to she *ther for delays in delivery or failure dliver or otherwise 'to perform any obligation under tells Agreement, where such failure is due to any cause beyond its reasonable control, including buh lot limited to Acts of God, files, strikes, war, flood, earthquakes or Governmental actions. R. rvon-Exclusive Tee Lento This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. BID REQUEST #B2000166 Page 5 S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall lot 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 result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations; or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: ''Veld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissiners •f Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuan, to tthis request. Contract Professionals shall keep the required insurance coverage in force at all tomes 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. Nest Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/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 sent ten 0 0} days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract (professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. BID REQUEST #B2000166 Page 6 The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. --hie County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities the;t might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Pr•,fession. i shall assess its own risks and if it deems appropriate rind/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any addition..l dxfs or amounts of insurance that it may deem necessary tc cover its obligations and liabilities under this Agreement. Any modification to these req irements must be made in writings by weld County. The Contract Professional stipulates that it has -net the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compens;;tion, promptly remedy and correcany errors, omissions, or other deficiencies. IINDE 1,nA The Contract Professional sha I defend, indemnify and hold harmless County, its officers, agens, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissi •;ns of Contract Professional, or claims of any type or character arising out of the work dne in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers° compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regu ation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damag, received or sustained by any person, persons, or property on account of its performanc:a under this Agreement or its failure to comply with the provisions of the Agreement, •r on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the worker's Compensation Act, or other law, ordinance, order, or ettcree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary I •ss investigation, defeknse and judgement costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall btain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation ilns mince as required by state statute, and Employer's Liability Insurance covering all f th• Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver oV subrogation against the County. This requirement shall not apply when a Contract Professi onal or subc•,ntractor is exempt under Colorado Workers' Compensation Act., AND when .such Contract Professional or subcontractor executes th ppropriate sole proprietor waiver form. Commercial General Liability lnsuranc - shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury utomobo;e Liability: C ;n Fact 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 applicabl:= to all vehicles perating both on County property and elsewhere, for vehicles owned, hired, and non -owned) vehicles used in the performance of this Contract. BID REQUEST #B2000166 Page 7 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured_ Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2000186 Page 8 SPECIFICATIONS AND/OR. SCOPE OF WORK AND PROPOSED PRICING: WELD COUNTY VEHICLE WASH & WELDING FACILITY Weld County Government is soliciting proposals from contractors to construct a vehicle wash & welding facility. This facility will be located at 1399 N 17th Avenue. The project will be commonly called Vehicle Wash & welding Facility. PROJECT SCOPE This project consists of an 10,260 SF building to be constructed, consisting of four wash bays and one welding bay. The building will be used to wash county vehicles and provide a new welding shop. The project consists of new ground -up construction but is not limited to the following: 1. Attached are the construction documents for this project. 2. Site clearing and excavation. 3. Underground utilities and their various connections into existing infrastructure. 4. Concrete formwork and flatwork. 5. Construction of building per the construction documents. 6. Curbing & paving new drive aisles. 7. All construction must be permitted and comply with County Building codes. Fees for permitting through the County will be paid for by the County directly and should not be included in the proposal. 8. Exterior CMU color and composition roust compliment/match existing buildings in area. Colors to be approved by owner. 9. Geotechnical and soils testing for construction has been performed and will be provided. 10. All foundation/site work and soil compaction will be verified by County's third -party inspector prior to any vertical erection. 11. Contractor shall note that ground water is known to be about six feet below current grade. As such, contractor shall plan on any dewatering or shoring needed to complete this project. 12. Contractor roust develop a stormwater management program (SWMP) that meets EPA and State of Colorado requirements. Contractor will be the operator for such permits and will be responsible for any violations/fines for non-compliance with the regulatory requirements. 13. Remove and properly dispose of all trash generated by construction activities off site. 14. The project will be permitted through the weld County Building Department. Fees for permits vv1ll be waived. 15. No bid bond is required for this project. 16. A builder's risk insurance policy in the amount of the bid will be required. 17. Payment (100% of contract price) and Performance (100% of contract price) bonds required. 18. There will be four vehicle wash bays which will require the general contractor to design and build all the supporting wash bay(s) equipment and capabilities: A. These bays will consist of one small manual car wash, one small automatic car wash, one large manual truck wash and one large automatic truck wash. B. The equipment listed in Attachment A contains the minimum listing of anticipated vehicle car wash equipment to be provided with a third -party equipment supplier using a design and build approach. The general contractor is responsible for ensuring the design build approach creates an operational system. C. The Attachment A equipment listing was provided by design team consultant Auto -Auto Wash, located at 13665 E Davies Place, Centennial, CO 80112. Phone: 303-565-4773. BID REQUEST #82606166 Page 9 D. The Attachment A equipment identifies Interclean Equipment that is a part of the N ational Cooperative Purchasing Alliance (NCPA) which weld County can participate. E. The design -build approach for this third -party equipment shall include all electrical and plumbing components needed to make a fully operational system from the provided locations identified on the plans (e.g. piping, electrical, connections to recovery troughs, mechanical room equipment, etc.). F. General contractor shall perform adequate oversight and management of the design -build process of the 3rd party equipment to ensure any under -concrete -slab or in -wall conduits, plumbing, electrical are accommodated. County is fine with surface mounting as long as it rneets code requirements. G. If suitable substitute manufacture(s) for the equipment listed in Attachment A is desired, contractor shall provide that equipment listing with cutsheets in the bid response to this solicitation so an evaluation of equality can be determined. Failure to do so will result in an incomplete bid. H. Attachment B contains specifications for high pressure manual wash bays. I. Attachment C contains specifications for the touchless wash bays. NOTE: Winning contractor will be expected to enter into a standard Weld County contract for this project. A sample contract is posted with the bid specs. PROTECT SCHEDULE The following is a listing of dates for this project: Date of this Bid Advertisement Date Pre -bid conference Bids Are Due Contract Award Contract Execution Construction Start Certificate of Occupancy Construction End PRICING July 28, 2020 July 28, 2020 August 12, 2020 September 2, 2020 September 23, 2020 September 30, 2020 October 15, 2020 August 15, 2021 August 30, 2021 Provide the following item break down by Divisions. If your bid combines one Division with another, leave the unused Division blank. At the end provide a total of the column. This total is the bidder's lump sum price for this construction project. Division Price Division 01— General Requirements $ Division 02 Existing Conditions $ -- Division 03 — Concrete $ Division 04 — Masonry $ _ Division 05 - Metals $ Division 06 — Wood, Plastics, Composites $ and Division 07 — Thermal Moisture Protection $ m and Division 08 — Openings $ Division 09 — Finishes a. $ BID REQUEST #B2000100 Wage 10 Division 10 — Specialties $ Division 11 — Equipment $ $ Division 13 — Special Construction Party wash Equipment design -build (..5 cost) Division 20 — Mechanical Support $ Division 21 — Fire Suppression $ Division 22 — Plumbing $ Division 23 — Heating Ventilating Air $ Conditioning and Division 26 — Electrical $ Division 31 — Earthwork $� Division 32 — Exterior Improvements $ Division 33 — Utilities $ Other $ $ LUMP SUM TOTAL FOR PROJECT 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 should a delay be 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 $ A mandatory pre -bid conference will be held on August 12, 2020 at 1,30 PM at 1105 H Street, Greeley, CO. We will be adhering to current state sod& distancing guidelinef. ]bids will be received up to, but not later than September 2, 2020 at 1.0:00 AM (VELD COUNTY PURCHASING ' E BID OPENING WILL BE HEED VIA A SKYPE CONFERENCE 'ALL To join call: I ( 20) 439-5261 and enter Conference ID: 4158780639 TIME CLOCK). Due to the CoronavI is (COVID®I9) pandemic, the fotowing cha Rges have been made to our current bid process untill future notice: 1) No hard copies of bids will be accepted. 2) Only one electronic copy of your bid is needed. PDF format is required. 3) Email bids to bids at weld Ov4co111. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect,comi. The maximum file size to upload to BidNet is 500 MB. -w. BID REQUEST #82000166 Page 11 Attachment A 3rd PARTY WASHBAY EQUIPMENT LISTING ITEM QUANTITY LASE RWASH 360 PLUS 1 PUMP -UNIT, HP, EMPEROR, 208V-60HZ, TOUCH -FREE 1 BASIC LED IN -BAY SIGN AND AUDIO 1 TANK, ON -BOARD, PUMP -STATION, TOUCH -FREE 1 FREESTANDING FRAME FOR INTEGRATED DRYER 1 WEEP -BASE SOLUTION PACKAGE 1 ELECTRIC GATLING GUNNERS 1 " HIGH PRESSURE UNDERCARRIAGE w/o SIDE BLASTER FOR 1 USE WITH GATLING GUNS WEEP -HIGH PRESSURE UNDERCARRIAGE 1 SECOND LOW PRESSURE SOAP KIT 1 WEEP -SECOND LOW PRESSURE SOAP 1 LOW PRESSURE FOAMING WAX KIT 1 FOAM WAX WEEP KIT 1 'BOOSTER PUMP FOR SPOT FREE DELIVERY 1 HIGH VOLUME RINSE ARCH 1 WEEP FOR HIGH VOLUME RINSE ARCH 1 CONTROL -BOX, WASH-ACTIVATION,2-PB 2 DELUXE DOOR CONTROLS 1 LED ENTRANCE SIGN 1 BASIC LED IN -BAY SIGN AND AUDIO 1 DELUXE LED IN -BAY SIGN AND AUDIO 1 ENTRANCE CLEARANCE SIGN 1 4 NOZZLE INTEGRATED DRYER 24 9,000 GPD RaSYSTEM, INCLUDING FRAME, PUMP AND 1 MEMBRANES WITH STAINLESS STEEL HOUSINGS REPRESSURIZATION PUMP 1 800 GALLON HOLDING TANK 1 WATER SOFTENER, 21,00 GRAIN 1 CONSTANT PRESSURE PUMP AND PRESSURE TANK 1 SYSTEM AMBER 2 -WAY REFLECTIVE RPM's (4" x 4" x 3/4") 30 CHAMPION COMPRESSOR CRN75, WITH VIBRATION PADS 1 AND AUTO DRAIN SOBRITE-FILTERMATIC 3B RECLAIM SYSTEM 1 EXPRESS 1 BAY PUMP STATION, 3GPM @ 1200PS1 ;. 2 CAT PUMP UPGRADE, CP2120W 5 HP, 3 PH 2 EXPRESS LOW WATER SHUT OFF 2 EXPRESS 1 BAY WEEP SYSTEM 2 ' EXPRESS FOAM BRUSH WEEP SYSTEM d 2 . WEEP MIZER CONTROL 2 WEEP MIZER CONTROL MOUNTING KIT 2 EXPRESS 1 BAY LOW PRESSURE SPOT FREE/DELIVERY 1 SYSTEM 1 BAY 3/8" HOSE INSTALLATION KIT 1 22" SS WAND HOLDER 2 RINSE TANK HEATER OPTION (208/230V/3 -PHASE) 2 EXPRESS SOAP TANK HEATER 2 3/8" 1 STRAIGHT HP HOSE: SPRING INCLUDES -LOADED STAINLESS HP BOOM STEEL & LOW 360 PRESSURE DEGREE 1 BRUSH FOAMING GENERATOR FOR FOAM BRUSH 3 T --SERIES SPRING DRIVER HOSE REEL 5 EXPRESS 1 BAY LOW PRESSURE SPOT FREE/DELIVERY 1 SYSTE M BID REQUEST #62000166 Page 12 CUSTOM STAINLESS -STEEL BAY METER TO INCLUDE 8 POSITION ROTARY SWITCH WITH PUSH BUTTON START, FLAT . PACK TIMER AND NO DISPLAY/ NO COINS/ NO 'CASH TO BE ACCEPTED CONTROL CABLE 16/20 (PER FOOT) 3/8" HP HOSE: INCLUDES STAINLESS STEEL 360 DEGREE STRAIGHT SPRING -LOADED HP BOOM & LOW PRESSURE BRUSH SIMPLICITY WALL PACK EXPRESS 1 BAY WALL PACK WEEP SYSTEM Q. CUSTOM PLASTIC BAY METER INCLUDES ON/OFF BUTTONS FOAMING BRUSH BAY EQUIPMENT 60" BRUSH HANDLE POLY TUBING COMMERCIAL VACUUM, SS DOME, 3 -MOTOR, ON -OFF TOGGLE SWITCH, 2" x 15' HOSE VACUUM CLEAN OUT RUBBER CONTAINER INTERCLEAN TWO STEP FRESH WATER (WITH RECLAIM SYSTEM) INTERCLEAN WASH TITAN PLUS INSTALLATION SUPPORT KIT TRAINING AND START UP All associated plumbing All associated wiring 1 550 1 1 1 200 4 4 1 1 BID REQUEST #B2000166 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2000166. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS BY (Please print) 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. YOU DO NOT NEED TO SEND BACK PAGES 1 ® 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair BID REQUEST #B2000166 APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director Page 14 ADDENDUM#1 BID REQUEST NO. B2000166 Weld County Vehicle Wash & Welding Facility Attached is missing sheet MO2. of the stamped permit set. 'We need signed c©pv on file, Thank your" Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL August 17, 2020 ADDENDUM#2 BID REQUEST NO. B 2000166 Weld County Vehicle Wash & Welding Facility On page 10, Add item 18.J as follows: 18.J. Each responding bidder that wishes to submit suitable substitute for wash bay equipment/components listed in the bid document's Attachment A must provide cutsheets of proposed alternate equipment. In addition, an equipment listing identifying the Attachment A equipment items to be substituted must be submitted with the bid response in a table format. This table format must include the original specified equipment (along with manufacturers details) in the first column. The second column must contain the same corresponding information for the proposed alternate equipment (along with manufacture details). This listing shall be provided in a similar format to that identified below for each item so a comparison on whether the substitute meets equivalency can be made. Failure to provide this detailed information regarding substitution equipment will result in an incomplete bid. Substitute Equipment Listing (Sample Specified Equipment Proposed Alternate Pump ABC Pump XYZ Manufacture: Apex Manufacture: ACME HP: 2 HP: 2 GPM: 30 GPM: 29 Volts: 120 Volts: 240 Hz: 60 Hz: 60 ***We need signed copy on file. Thank you!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL August 20, 2020 ADDENDUM#5 BID REQUEST NO. B2000166 Weld County Vehicle Wash & Welding Facility This Addendum #5 is verifying you received Questions and Answers #1 (Addendum #3) posted on 08/21/2020 at 09:48 AM MDT and Question and Answers #2 (Addendum #4) posted on 08/21/2020 at 02:30 PM MDT. This information will be included in the bid scope and contract as requirements. "*We need signed copy on file. Thank you!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL August 21, 2020 ADDENDUM#6 BID REQUEST NO. 82000166 Weld County Vehicle Wash & Welding Facility Adjust the quantities stated in Attachment A for the following items: 4 -NOZZLE INTEGRATED DRYER: one set of 4 Producers EXPRESS 1 BAY PUMP STATION, 3GPM @ 1200PS1: One CAT PUMP UPGRADE, CP2120W 1 5HP, 3PH EXPRESS LOW WATER SHUT 1 OFF EXPRESS 1 BAY WEEP SYSTEM 1 EXPRESS FOAM BRUSH WEEP 1 SYSTEM WEEP MIZER CONTROL 1 WEEP MIZER CONTROL 1 MOUNTING KIT 22" SS WAND HOLDER 1 RINSE TANK HEATER OPTION 1 (208/230V/3 -PHASE) EXPRESS SOAP TANK HEATER 1 T -SERIES SPRING DRIVER 3 HOSE REEL FOAMING GENERATOR FOR 2 FOAM BRUSH ***We need signed copy on file. Thank you!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL August 24, 2020 VEHICLE WASH & WELDING FACILITY BID tt 62000166 Questions & Answers The following are questions and corresponding answers that have arisen for this hid® These answers are considered an addendum to the bad and will be included in the bid scope and contract as requirements. I. Due to construction being completed through the printer months, please confirm contractors are to carry cost for winter weather conditions. Answer: 'des; this is a turn=key project. 2. Please see attached Request for Substitution from Johns Manville roofing manufacturer. Answer: Refer to Bid Specs. o roofing substitution allowed on this project 3. Item 18.G states: "If suitable substitute manufacture(s) for the equipment listed in Attachment A is desired, contractor shall provide that equipment listing with cutsheeis the bid response to this solicitation s,r an evaluation of equality can be determined. Failure to do so will result in an incomplete bid?. How is this information to be provided so a comparison of equality can be made? Each responding bidder that; wishes to submit suitable substitute for wash bay equip enticompone,nts listed in the bid document's Attachment A must provide cu sheets of proposed alternate equipment. In addition, an equipment listing if e tip gin the Attachment A equipment items to be substituted must be submitted with the bid response in a table format to ease in makin this determiration. This table format must include he original specified equipment (along with manufacturers details) in the first coiumn. the second colurnC . must contain the same corresponding information for the proposed alternate equipment (along with manufacture details). This listing shall be pr ovi eo in a similar format r o that identified below for each item so a comparison on whether the substitute meets equivalency can be madeo Failure to provide this detailed information regarding substitution equipment will result in A .i an incom ete . Substitute Equipment Listing n (Sample) _- Specified Equipment � Proposed Alternate e Pump �� Pum..XY Manufacture: ���pex - -- ..� . � . Manufacture: �mifi� .. (� a� ,Spry' it 'y/{��j P. fc-... �jqy � 7 y P e ga" f GP Rio. 30 Pic 2 Volts: 120 Volts: 240 60 Hz: 60 Hz: 4. Please Red Arrow is requesting a substitution for the washing equipments Answer: See answer 3 for process. 5. Sheet Al shows arrows in the slab in front of overhead do rs 101C1 102B, 1080 and 109 . Is this to be painted on the floor by contractor? Answer: Do not paint arrow on pavement. Arrow is to indicate the direction of the traffic and is for information on 0. Sheet Al shows a worktable in welding Bay 110. Is this by owner or contractor? If by contractor, please provide a specification. Ansir���eCr° Ovvier has an existing to le that # ill be relocated. 7. Sheet A2 shows FRP to ceiling on two galls in Restroom 104 (incorrectly labeled 102), Room Finish Schedule calls for FRP on the north wall only. .Answer: cha-nge label on Restroom elevations A B on sheet A2 from 102 to 10�? On elevation B, change bubble designation from Al t0 On elevation rte, FRP is not required delete reference. On elevation A, change "FR° to ceiling" to read "FRP to 4:-.0" epoxy paint in G \Alto ceiling aoove." FRP/ GEM on north wall only as noted in tine Room Finish Schedule. FRP in be installed to 1'07 7 epoxy painted GDW to ceiling above. 8. Please confirm materials on all 4 walls in Restroom 104. Ans'u er: Vscia i finishes in room 104 are as shown in Room Finish ochedule Change date in remarks column from install FRP to J-0" to read install i epoxy on GDIVV paint above 8. Please provide a soils report for this site. Answer: One will be provided to the awarded contractor 77 9. To whom and in what format do we submit the specifications for revie and approval of an approved alternate equivalent for the wash equipment? Answer: See ans‘Ater 3 above. 10. Can we get verification before the bids are submitted that the alternate wash equipment has been approved? Answer: es answer 3 above. Verification v\idl determined after bids are submitted 11. What is the expected wash volume for each of the automatic wash bays? Answer: This was determined during specification of the wasn bay equipment stated in the bid. The stated equipment is forecasted to meet the operational needs. 12. What type and size of vehicles will be washed in the small vehicle automatic bay? A 's fiver: Pickup trucks anc cars 13. What is the largest vehicle that will be washed in the truck wash automatic bay? Answer: Tractor & Trailer connected together. Approximately 53 feet total length. 14. Is the water reclaim system only applicable for the truck wash automatic bay? Answer: NO BOTH AUTOMATIC WASH BAYS, SMALL VEHICLE AND TUCKS will utilize tine reclaim system. 15. There is only one spot free generating system and storage tank noted on Attachment A of the specifications. Since the wash bays do not share a common mechanical room, is the spot free water only to be used in the truck wash bays? Answer: This is part. of the design build for the wash bay equipment system using the equipment listed in Attachment A. It is expected the spot free will be provided to both the small and large auto wash bays 16. There is only one water softener noted on Attachment A of the specifications. Since the wash bays do not share a common mechanical room, which wash bay will this softener service? Answer: This is part of the design build for the wash bay equipment system casing the equipment listed in Attachment A. It is expected the softened water will be provided to all small and large auto wash ba \I 17. What type of wash activation control is required for the automatic truck wash and automatic small vehicle wash bays? Answer: ELECTRIC EYF VEHICLE WASH & WELDING FACILITY #62000166 Questions & Answers #2 The following are questions and corresponding answers that have arisen for this bide These answers are considered an addendum to the bid and will be included in the bad scope and contract as requirements. 1. Will weld County be responsible for pay for the materials testing on this project? Answer: Yes, Weld County will provide 3rd party materials testing. 2. The ability to wash plow trucks with plows attached is mentioned. Can the County confirm the desire to wash plow trucks with plows attached? If so, please confirm the clearance from the bottom of the plow blade to the ground when the plow is lifted at its highest possible point. If so, please confirm the width of the plow when the plow is attached and raised. Would the County consider a hot water pressure washer in place of the low volume, high pressure 'pump' specified in the bid? (allows hot water and use of soap) Answer: Plow truck with plow attached will be in the manual bay only. 3. Is there a separate permit for the vehicle wash installation or does this fall under the County building permit? Answer: The entire project will fall under the County permit for this turn -key construction project. 4. In Division 1 General Requirements, Section 01010 Sumrnary of work, it states that the GC is responsible for obtaining and paying for the permit. In the RIB is states that the County will pay for the building permit. Who is responsible for paying for the building permit? Answer: Building permit fees will be by owner; ffly other fees will be the responsibility of the awarded contractor. 5. Site Plan C1 indicates that there is Landscape Surface along 17th Ave. but there is existing grass along 17th Ave. Does this bid need to include any landscape surface along 17th Ave or around the existing buildings? Answer: Wes, refer to plans for locations and match adjacent as visible on pre -bid walk- through 6. What are the requirements for the landscape surface that is shown on Cl? Answer: Match adjacent that was visible on pre -bid walk through. 7. Is the landscape irrigation to be included in this bid? If so, please provide an irrigation drawing. Answer: Yes, refer to plans for locations for design -build of necessani landscaping. 8. Is the low voltage cabling going to be installed by the County? Answer: Yes. 9. What is the size of the new sand/oil interceptor? Answer: Refer to plans 10. The civil site plan indicates that there is new concrete on the south side of the building. What is the thickness of the concrete? Is there any rebar in the concrete? Answer: 8" thick w/ #4 rebar @ 18" o.c. 4500 psi concrete 11. On the west side of the building, the civil plans don't show what the finished surface is for the drive lane from the street to the building. Is this surface to be the existing gravel, new gravel, or concrete? Answer: Existing gravel to be properly removed, reused and replaced by GC. 12. According to the request for bid, the ground water is approximately 6' deep. Without being able to quantify this scope can the owner provide an allowance for all GC's to use in the bid? Answer: No. This is a known condition going into bid that must be accounted for in bid costs for construction 13. On drawing C1 there is a note that states "Contractor may encounter underground utilities not located by 811. Contractor may be required to modify or revise existing or proposed utility locations at contractor expense". How is the contractor to include costs for unforeseen conditions without knowing what needs to be moved? Can this note be clarified further so there is a quantifiable amount to include? Answer: Contractor shall perform private utility locates and deal with crossing those locates that are identified. 14. Will fire alarm be required? Answer: Refer to plans See Sheet EO.1 Part 4 Electrical Specifications. 15. Will anti -graffiti coating be required for the exterior CMU faces? Answer: No 16. Do we provide the Addendum Acknowledgment form attached to Addendum #1 before the bid date or with our submittal package? Answer: Provide with submitta] package. 17. What is the required thickness for paving? Answer: 813 thick vv/ #4 rebar @ 18" o.c. 4500 psi concrete 18. Will aggregate base be required at exterior slabs (sidewalks/curb & gutter)? If so, what thickness? Answer: NO 19. Will over excavation be required at the building pad? If so, what depth? Answer: Please see Geotech report for foundation recommendations 20. Will aggregate base be required at slab on grade? If so, what thickness? Answer: Not for exterior slabs, please see structural drawings for interior concrete recommendations. 21. Please verify that a substitution request for alternate manufacturers and products will not be required prior to bid submission if we feel the specified design intent is being reset with the alternate product. Answer: Provide substitution details per Addendum. 22. Is there spec for roil -on waterproof membrane on CMU? Answer: iViasterseal 610 applied at the rate of 70to 100 square feet per gallon to interior face CMU prior to installation Or ri id insulation. 23. Per section 07530, roofer is to be based within a 50 -mile radius of Greeley. Please confirm if this spec is applicable. Answer: his requirement is not applicable. Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: WELD COUNTY VEHICLE WASH & WELDING FACILITY Weld County Government is soliciting proposals from contractors to construct a vehicle wash & welding facility. This facility will be located at 1344 N 17`h Avenue. The project will be commonly called Vehicle Wash & Welding Facility. PROJECT SCOPE This project consists of an 10,260 SF building to be constructed, consisting of four wash bays and one welding bay. The building will be used to wash county vehicles and provide a new welding shop. The project consists of new ground -up construction but is not limited to the following: I. Attached are the construction documents for this project. 2. Site clearing and excavation. 3. Underground utilities and their various connections into existing infrastructure. 4. Concrete formwork and flatwork. 5. Construction of building per the construction documents. 6. Curbing & paving new drive aisles. 7. All construction must be permitted and comply with County Building codes. Fees for permitting through the County will be paid for by the County directly and should not be included in the proposal. 8. Exterior CMU color and composition must compliment/match existing buildings in area. Colors to be approved by owner. 9. Geotechnical and soils testing for construction has been performed and will be provided. 10. All foundation/site work and soil compaction will be verified by County's third -party inspector prior to any vertical erection. 11. Contractor shall note that ground water is known to be about six feet below current grade. As such, contractor shall plan on any dewatering or shoring needed to complete this project. 12. Contractor must develop a stormwater management program (SWMP) that meets EPA and State of Colorado requirements. Contractor will be the operator for such permits and will be responsible for any violations/fines for non-compliance with the regulatory requirements. 13. Remove and properly dispose of all trash generated by construction activities off site. I4. The project will be permitted through the Weld County Building Department. Fees for permits will be NA aived. 15. No bid bond is required for this project. 16, A builder's risk insurance policy in the amount of the bid will be required. 17. Payment (100% of contract price) and Performance. (100% of contract price) bonds required. 18. There will be four vehicle wash bays which will require the general contractor to design and build all the supporting wash bay(s) equipment and capabilities: A. These bays will consist of one small manual car wash, one small automatic car wash, one large manual truck wash and one large automatic truck wash. B. The equipment listed in Attachment A contains the minimum listing of anticipated vehicle car wash equipment to be provided with a third -party equipment supplier using a design and build approach. The general contractor is responsible for ensuring the design build approach creates an operational system. C. The Attachment A equipment listing was provided by design team consultant Auto -Auto Wash, located at 13665 E Davies Place, Centennial, CO 80112. Phone: 303-565-4773. BID REQUEST #62000166 Page 9 D. 'The Attachment A equipment identifies Interciean Equipment that is a part of the National Cooperative Purchasing Alliance (NCPA) which Weld County can participate. E. The design -build approach for this third -party equipment shall include all electrical and plumbing components needed to make a fully operational system from the provided locations identified on the plans (e.g. piping, electrical, connections to recovery troughs. mechanical. room equipment, etc.). F. General contractor shall pertbrm adequate oversight and management of the design -build process of the r party equipment to ensure any under -concrete -slab or:n-wall conduits, plumbing, electrical are accommodated. County is fine with surface mounting as long as it meets code requirements. G. If suitable substitute manufacture(s) for the equipment listed in Attachment A is desired, contractor shall provide that equipment listing vvith cutsheets in the bid response to this solicitation so an evaluation of equality can be determined. Failure to do so will result in an incomplete bid. 1--1. Attachment B contains specifications for high pressure manual wash bays. I. Attachment C contains specifications for the touchless wash bays. NOTE: Winning contractor will be expected to enter into a standard \Afield County contract for this project. A sample contract is posted with the bid specs. PROJECT SCHEDULE The following is a listing of dates for this project: Date of this Bid Advertisement Date Pre -bid conference, Bids Are Due Contract Award Contract Execution Construction Start Certificate of Occupancy Construction End PRICING July 28, 2020 Julv 28. 2020 August 12 2020 September 2, 20201 September 23, 2020 September 30, 2020 October 15, 2020 August 15, 2021 August 30, 2021 Provide the following item break down by Divisions. If your bid combines one Division with another, leave the unused Division blank. At the end provide a total of the column. This total is the bidder's lump sum price for this construction project. Division Price Division 01 — General Requirements Division 02 -- Existing Conditions Division 03 — Concrete $ 276678 0 $ 323882 Division ol4 — Masonry n...l.... +NNIMNNY�NN Nn Division 05 -- Metals to $ 28.1072 YNn���NNIN..N�N M.+bavY.. w $ 213740 Division 00 — Wood, Plastics, and Composites Division 07 — Thermal and Moisture Protection Division 08 — Openings $ 3459 $ 170168 $ 72834 N.u0Mis.../a.--.»>.Y.9uaNNva aaa..a1/e WwiN.,%.—..,..ee N..etenIal.... Division 09 — Finishes $ 72601 BID REQUEST #82000166 Page 10 Division 10 — Specialties $ 1330 Division 11 — Equipment $ 38800 Division 13 — Special Construction (3'd Party Wash Equipment design -build cost) $ 492129 Division 20 — Mechanical Support $ 0 Division 21 — Fire Suppression $ 0 Division 22 — Plumbing $ 74910 Division 23 — Heating Ventilating and Air Conditioning $ 127950 Division 26 — Electrical $ 16010'0 Division 31 — Earthwork $ 76130 Division 32 — Exterior Improvements $ 52178 Division 33 — Utilities $ 41875 Other $ LUMP SUM TOTAL FOR PROJECT $ 2,479,836 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 should a delay be 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 $ 24, O0.00 40.00 A mandatory pre -bid conference will be held on August 12, 2020 at 1:30 PM at 1105 H Street, Greeley, CO. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than September 2, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). THE BID OPENING WILL BE HELD VIA A SKYPE CONFERENCE CALL. To join call: 1 (720) 439-5261 and enter Conference ID: 458780639 Due to the Coronavirus (COVID-19) pandemic, the following changes have been made to our current bid process until future notice: l) No hard copies of bids will be accepted. 2) Only one electronic copy of your bid is needed. PDF format is required. 3) Email bids to bidscii4eldeov.eotn. If your bid exceeds 25MB please upload your bid to httos://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #62000166 Page 11 Attachment A 3`d PARTY WASHBAY EQUIPMENT LISTING ITEM LASERWASH 360 PLUS PUMP -UNIT, HP, EMPEROR, 208V-60HZ,TOUCH-FREE BASIC LED IN -BAY SIGN AND AUDIO TANK, ON -BOARD, PUMP -STATION, TOUCH -FREE FREESTANDING FRAME FOR INTEGRATED DRYER WEEP -BASE SOLUTION PACKAGE ELECTRIC GATLING GUNNERS HIGH PRESSURE UNDERCARRIAGE w/o SIDE BLASTER FOR. USE WITH GATLING GUNS WEEP -HIGH PRESSURE UNDERCARRIAGE SECOND LOW PRESSURE SOAP KIT WEEP -SECOND LOW PRESSURE SOAP LOW PRESSURE FOAMING WAX KIT FOAM WAX WEEP KIT BOOSTER PUMP FOR SPOT FREE DELIVERY HIGH VOLUME RINSE ARCH WEEP FOR HIGH VOLUME RINSE ARCH CONTROL -BOX, WASH-ACTIVATION,2-PB DELUXE DOOR CONTROLS LED ENTRANCE SIGN BASIC LED IN -BAY SIGN AND AUDIO DELUXE LED IN -BAY SIGN AND AUDIO ENTRANCE CLEARANCE SIGN 4 NOZZLE INTEGRATED DRYER .'em^^ rOSYSTEM, INCLUDING FRAME, PUMP AND 9Ni BRAN ES 000 GPD R., T., STAINLESS STEEL HOUSINGS REPRESSURIZATION PUMP 89O GALLON HOLDING TANK WATER SOFTENER, 21,00 GRAIN CONSTANT PRESSURE PUMP AND PRESSURE TANK SYSTEM AMBER 2 -WAY REFLECTIVE RPM's (4" x 4" x 3/4") CHAMPION COMPRESSOR CRN75, WITH VIBRATION PADS AND AUTO DRAIN SOBRITE-FILTERMATIC 38 RECLAIM SYSTEM EXPRESS 1 BAY PUMP STATION, 3GPM 1200PSI CAT PUMP UPGRADE, CP2120W 5 HP, 3 PH EXPRESS LOW WATER, SHUT OFF EXPRESS 1 BAY WEEP SYSTEM EXPRESS FOAM BRUSH WEEP SYSTEM WEEP MIZER CONTROL WEEP MIZER CONTROL MOUNTING KIT EXPRESS 1 BAY LOW PRESSURE SPOT FREE/DELIVERY SYSTEM 1 BAY 3/8" HOSE INSTALLATION KIT 22" SS WAND HOLDER RINSE TANK HEATER OPTION (208/230V/3 -PHASE) EXPRESS SOAP TANK HEATER 3/8" HP HOSE: INCLUDES STAINLESS STEEL 360 DEGREE STRAIGHT SPRING -LOADED HP BOOM & LOW PRESSURE BRUSH FOAMING GENERATOR FOR FOAM BRUSH T -SERIES SPRING DRIVER HOSE REEL EXPRESS 1 BAY LOW PRESSURE SPOT FREE/DELIVERY SYSTEM BID REQUEST #82000166 QUANTITY (MI NIN1UM) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 _1 1 1 1 1 24 1 1 1 1 1 30 1 1 2 2 2 2 z� 2 2 1 1 2 2 2 1 3 5 1 Page 12 CUSTOM STAINLESS -STEEL BAY METER TO INCLUDE 8 POSITION ROTARY SWITCH WITH PUSH BUTTON START, FLAT PACK TIMER AND NO DISPLAY / NO COINS/ NO CASH TO BE ACCEPTED CONTROL CABLE 16/20 (PER FOOT) 3/8" HP HOSE: INCLUDES STAINLESS STEEL 360 DEGREE STRAIGHT SPRING -LOADED HP BOOM & LOW PRESSURE BRUSH SIMPLICITY WALL PACK 1 550 1 1 EXPRESS 1 BAY WALL PACK WEEP SYSTEM CUSTOM PLASTIC BAY METER INCLUDES ON/OFF BUTTONS FOAMING BRUSH BAY EQUIPMENT 60" BRUSH HANDLE POLY TUBING COMMERCIAL VACUUM, SS DOME, 3 -MOTOR, ON -OFF TOGGLE SWITCH, 2" x 15' HOSE VACUUM CLEAN OUT RUBBER CONTAINER INTERCLEAN TWO STEP FRESH WATER (WITH RECLAIM SYSTEM) INTERCLEAN WASH TITAN PLUS INSTALLATION SUPPORT KIT TRAINING AND START UP All associated plumbing All associated wiring 1 1 1 1 200 4 4 1 1 BID REQUEST *B2000166 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No, #B2000166. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes, 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Growling Bear Co Inc BUSINESS ADDRESS 2330 4th Ave BY Gary Shironaka (Please print) DATE 9/2!20 CITY, STATE, ZIP CODE Greeley, CO 80631 TELEPHONE NO 970,3 6964 FAX 970.353.6974 TAX ID # 84-0673636 SIGNATURES E MAR 9 rryshironaka1@growlingbear.com **Al t BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 — 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2000166 Page 14 ADDENDUM#1 BID REQUEST NO. 82000166 Weld County Vehicle Wash & Welding Facility Attached is missing sheet MO2. of the stamped permit set. * We need signed copy on file. Thank your*" Addendum received by: Growling Bear Co inc FIRM 2330 4th Ave ADDRESS Greeley, CO 80631 CITY AND STATE BY garyshironaka1@growlingbear.com EMAIL August 17, 2020 ADDENDUM#2 BID REQUEST NO. B 2000166 Weld County Vehicle Wash & Welding Facility On page 10, Add item 18.J as follows: 18.J. Each responding bidder that wishes to submit suitable substitute for wash bay equipment/components listed in the bid document's Attachment A must provide cutsheets of proposed alternate equipment. In addition, an equipment listing identifying the Attachment A equipment items to be substituted must be submitted with the bid response in a table format. This table format must include the original specified equipment (along with manufacturers details) in the first column. The second column must contain the same corresponding information for the proposed alternate equipment (along with manufacture details). This listing shall be provided in a similar format to that identified below for each item so a comparison on whether the substitute meets equivalency can be made. Failure to provide this detailed information regarding substitution equipment will result in an incomplete bid. Substitute Equipment Listing (Sample Specified Equipment Proposed Alternate ump ABC Pump XYZ Manufacture: Apex I Manufacture: ACME riP. e GPM: 30 Volts: 120 HP: 2 GPM: 29 Volts: 240 Hz: 60 1 Hz: 60 need signed copy can file. Thank youl*** Addendum received by: Growling Bear Co inc FIRM 2330 4th Ave ADDRESS Greeley, CO 80631 CITY AND STATE BY garyshironakal@growlingbear.com EMAIL August 20, 2020 ADDENDUM#5 BID REQUEST NO. B2000166 Weld County Vehicle Wash & Welding Facility This Addendum #5 is verifying you received Questions and Answers #1 (Addendum #3) posted on 08/21/2020 at 09;48 AM MDT and Question and Answers #2 (Addendum #4) posted on 08/21/2020 at 02:30 PM MDT. This information will be included in the bid scope and contract as requirements. ***We need signed copy on file. Thank vou!*** Addendum received by: Growling Bear Co Inc FIRM 2330 4th Ave ADDRESS Greeley, CO 80631 CITY AND <7-1 BY garyshironaka1@growlingbear.com EMAIL August 21, 2020 ADDENDUM#6 BID REQUEST NO. B2000166 Weld County Vehicle Wash & Welding Facility Adjust the quantities stated in Attachment A for the following items: 4 -NOZZLE INTEGRATED DRYER: one set of 4 Producers EXPRESS 1 BAY PUMP STATION, 3GPM @ 1200PS1: One CAT PUMP UPGRADE, CP2120W 1 5 HP, 3 PH EXPRESS LOW WATER SHUT 1 OFF EXPRESS 1 BAY WEEP SYSTEM 1 EXPRESS FOAM BRUSH WEEP 1 SYSTEM WEEP MIZER CONTROL 1 WEEP MIZER CONTROL 1 MOUNTING KIT 22" SS WAND HOLDER 1 RINSE TANK HEATER OPTION 1 (208/230V/3 -PHASE) EXPRESS SOAP TANK HEATER 1 T -SERIES SPRING DRIVER 3 HOSE REEL FOAMING GENERATOR FOR 2 FOAM BRUSH ***We need signed co iv on file. Thank vou!*** Addendum received by: Growling Bear Co Inc FIRM 2330 4th Ave ADDRESS Greeley, CO 80631 CITY AND STATE BY garyshironakal@growlingbear.com EMAIL August 24, 2020 ®® A �O�R CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 09/2$/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 Valerie Love, CIC, CISR NAME: PHONE Ext): (970) 506-3215 I FAX No): (970) 506-6865 E-MAIL VLove@FloodPeterson.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: The Continental Insurance Company 35289 INSURED Growling Bear Co., Inc. 2330 4th Avenue Greeley, CO 80631 INSURER B : Continental Casualty Company 20443 INSURER C : Pinnacol Assurance 41190 INSURER D : Berkley Assurance Company 39462 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 2020-2021 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 ADOL IN SD SUBR Vi/VD VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY Y Y 02095216232 07/01/2020 07/01/2021 EACH OCCURRENCE $ 1'000'000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 100,000 $ MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'LAGGREGATE P POLICY OTHER: X LIMIT APPLIES PROT JEC PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG $ 2,00 °S) $ A AUTOMOBILE X _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY O2095216246 07/01/2020 07/01/2021 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB ExcessuA6 X OCCUR CLAIMS -MADE 02095216229 07/01/2020 07/01/2021 EACH OCCURRENCE $ 5'000,000 AGGREGATE $ 5,000,000 DED I XI RETENTION $ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN NIA Y 1436910 07/01/2020 07/01/2021 XI STATUTE I OTH- ER E.LEACH ACCIDENT 1,000,000 $ _ E.L. DISEA_S_E - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 00000 10, $ , D Pollution/Professional Installation/Builders Risk PCXB50089780719/5086424982 07/01/2020 07/01/2021 Limit Limit $2,000,000 $3,650,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Vehicle Wash & Welding Facility 1399 N 17th Avenue County of Weld, its officers, agents and employees are included as Additional Insured as required by written contract but only as respects to liability arising out of work performed by the named insured. The coverage is primary and non-contributory to any other valid and/or collectible insurance to the fullest extent the law allows per policy terms and conditions. Waiver of subrogation applies. CERTIFICATE HOLDER CANCELLATION County of Weld 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 New Contract Request Entity information Entity Name GROWLING BEAR COMPANY, INC Contract Name* VEHICLE WASH & WELDING FACILITY Contract Status CTB REVIEW city ID* kQ 01753 Contract Description* CONSTRUCT NEW VEHICLE WASH & WELDING FACILITY Contract Description 2 Contract Type* CONTRACT Amount' $2,479,835.00 Renewable* NO AutarrtatiC .Renewal ICA Department BUILDINGS AND GROUNDS rtment Email CM - Bu ldingGrounds@weldgov.c OM Department Head Email CM-BuildingGrounds- De ptHe adgwe I'dg ov, co m County Attorney GE3NEPvAL COUNTY Al I ORNEY EMAIL County Attorney Entail CM- COU NTYATTO RN EY@WELDG OV.COM If this is a renewal enter previous Contract ID a en Contract ID Nevv Entity? Contract ID 4142 Contract Lead* SG EESAMAN Contract Lead Email sgeesantangco.weld.co.us Requested BOCC Agenda Date* 10,,12/2020 Parent Contract ID Requires Board Approval YES Department Project # Due Date 10/082020 Will a work session with BOCC be required? NO Doses Contract require Purchasing Dept. to be included? Note_ the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date. Renewal Date 05,;30!2021 Termination Notice Period Committed Delivery Date Expiration Date* 06/30/2021 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head TOBY TAYLOR DH Approved Date 10/01/2020 Final Approval BOCC Approved ACC Signed Date BOCC Agenda Date 10,r07/2020 Originator SGEESAMAN Finance Approver CHRIS D'O1r1DIO Finance Approved Date 10/021202{ Tyler Ref # AG 100720 Legal Counsel BOB CHOATE Legal Counsel 10/02(2020 ved Date DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 400-2023 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 21, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Vehicle Wash & Welding Facility Bid; B2000166 As advertised this bid is for new Vehicle Wash & Welding Facility. The low bid from Growling Bear Co. Inc. meets specifications. Therefore, Buildings & Grounds is recommending the award to Growling Bear Co. Inc. for $2,479,836.00 If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ocO3 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(cr�weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(a�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: SEPTEMBER 2, 2020 REQUEST FOR: VEHICLE WASH & WELDING FACILITY DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000166 PRESENT DATE: SEPTEMBER 9, 2020 APPROVAL DATE: SEPTEMBER 23, 2020 VENDOR ADDITIONAL MONTHLY TOTAL GENERAL CONDITIONS GROWLING BEAR CO INC $2,479,836.00 $24,190.00 2330 4TH AVE GREELEY, CO 80631 RHINOTRAX CONSTRUCTION $2,547,640.00 $18,5000.00 1035 COFFMAN ST, STE 110 LONGMONT, CO 80501 SAGE DESIGN BUILD, LLC $2,595,903.00 $20,290.30 4811 LONETREE DR LOVELAND, CO 80537 MCCAULEY CONSTRUCTORS $2,606,400.00" $22,341.00 650 INNOVATION CIRCLE WINDSOR, CO 80550 SWIFT BUILDERS, LLC $2,657,663.00 $12,892.00 2000 S COLLEGE AVE, STE 310 FORT COLLINS, CO 80525 I-KOTA, LLC $2,697,038.00 21,246.00 1719 E MULBERRY ST FORT COLLINS, CO 80524 AMERICAN CONSTRUCTION SERVICES, LLC $2,749,764.00 $19,421.00 1905 W 8TH ST, STE 215 LOVELAND, CO 80537 TCC CORPORATION $2,793,718.00 $28,274.00 609 GRYFALCON CT WINDSOR, CO 80550 2020-2745 O9109 ac7ooaa PAGE 2 REQUEST FOR: VEHICLE WASH & WELDING FACILITY DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000166 VENDOR ROCHE CONSTRUCTORS 361 71ST AVE GREELEY, CO 80634 KCI I KRISCHE CONSTRUCTION 605 WEAVER PARK ROAD LONGMONT, CO 80501 NEUMARK COMMERCIAL BUILDERS 6379 ROCKWELL CT LOVELAND, CO 80538 CALAHAN CONSTRUCTION SERVICES 1661 WADSWORTH BLVD LAKEWOOD, CO 80214 SNYDER BUILDING CONSTRUCTION, LLC 10065 E HARVARD AVE, #801 DENVER, CO 80231 ADDITIONAL MONTHLY TOTAL GENERAL CONDITIONS $2,815,700.00** $31,962.00 $2,830,670.00 $25,000.00 $2,930,041.00 $19,316.00 $3,028,519.00 $25,400.00 $3,195,399.00 $31,040.00 *Add $129,379 to include AutoAuto Wash in lieu of Kubat Equipment. **Lump sum total includes alternative vehicle wash equipment vendor. Proposal attached to bid. THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. Hello