Loading...
HomeMy WebLinkAbout20201203.tiffFACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 9, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Public Works Addition Change Order #5 (2020-1203) During construction, it was discovered that the plans did not identify the requirement for the new intake dampers to be interlocked via system controls with the existing carbon monoxide monitoring system. This is needed to safely park vehicles inside the existing building. To correct the issue, a different type of damper along with system control components and programming are required. The total cost of this work is $26,935.99. Therefore, Facilities Department is recommending this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 40a/r7 86coas CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND SWIFT BUILDERS, LLC This Agreement Amendment ("Amendment"), made and entered into 11_ -Eh day of February , 2021, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Facilities, hereinafter referred to as the "Department", and Swift Builders, LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1203, approved on May 27, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendments, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order #5, dated February 2, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Derek Cohen Printed Name Signature ATTEST: Weld BY: �,,,,/a� , ,IIsI�./ (1 • �� lac. lerk to the Boar Deputy Cle to th Board APPROVED AS TO FUNDING: Controller 'PC evt4,,,a, County Attorney APPROVED AS TO FORM: BOARD OF COUNTY COMMISSIONERS WELD GQUNTY, COLORADO Steve Moreno, Chair APPROVED AS T FEB 17 2021 BSTANCE: f Elected Officj6I or Department Head 020 � - /old 3 SWIFT Exhibit: Change Order # 5 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition . Date: 2/2/2021 !Pending Change Order 10 DESCRIPTION OF CHANGE: Add dampers at louver locations. 1) Central Heating Winair - Dampers $ 4,580.00 Labor/Material/Controls $ 3,200.00 2) Set Point Controls $ 16,800.00 DIRECT JOB EXPENSES Expendable Tools $ _ Equipment Rental $ _ Subcontractor $ 24,580.00 Swift Builders Labor $ _ Subtotal $ 24,580.00 Other: $ TOTAL DIRECT JOB EXPENSE $ 24,580.00 CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ 245.80 MARGIN & OVERHEAD @ 8.50% $ 2,110.19 TOTAL CHANGE ORDER COST S I 26,935.99 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS) ,. 30 days Approval: date FORT COLLINS COMPANY 1626 RIVERSIDE UNIT D FORT COLLINS, CO 80524 PHONE (970) 416-9070 FAX (970) 416-9184 , 7 ti ed-'1'o 131f lme'x`''� eta^" A:1"';:" _ �M It 2 s2I7 1 sF 3 a CENTRAL HEATING & AIR COND * 4611 W 21ST STREET CIR GREELEY, CO 80634-3277 Phone (970) 673-8884 Fax 9 -s ,4? -tie •. "" tTis� �Z`^amas �rr4 4 '+ WELD COUNTY PUBLIC WORKS QL 6tI t.NO 2� t r7 t -k- , _ �," 7-te;,' ;1 . w 0024764 1/07/21 1 Expiration Date 2/06/21 Revised Date 1/07/21 Bid Due Date 1/07/21 A• =OPT. v�-Witac 1r -r 8m.n aw 6ttt 'T^ JEREMY LEE JNLEEIOWINAIR COM (970) 416-9070 ,� ./grtloas �'a�..� 40 stbm4,Pe � gysyv.s: ,ra <s.ye :.Na ,w 0.�r3n 1�P,,aymgii iiis7,,44 � '� w . <� esr n '—.',;Qu-P,�dd�*.a. .� rte. nr t.-r.� v�r• «gy„kw,xrf �ai3.z<zaa ,x�:Ts '�'Sa>lespextdont�re ,B 001657 NET 20TH PROX Keith Humphries JEREMY LEE S <...-m, a , , r r � x ;w ... qK,. .2205!14.✓ ,ifi;U i !0. •_•,h: ^,s4,,16x,ExG'endedt :rniie,,y s .t-lk 311x4 Q6Y= gfr-a. � mro+ � , Zy� �;',442,..„„ f ` 1�vg 5.`IIr Yx4 st iss�`G�'°' :...z`. a'?"^ -.a y,+.`","�t%'j s".�'r aie.dtd Cop .a,�e—, Id�il��C- r ,�; rP.M c , l t,U_OM "r+�i„.'`..IS"..''."i ,�`: .�i'-3z: ...'"F'�".k:,.'Px'./w" ��ri'ce� 1 0 2 610 72 WIDE X 48 TALL 885 0000 EA 1770 00 -CONTROL DAMPER -BLADE SEALS -FACTORY MOUNT IN FACTORY PROVIDED SLEEVE -JACK SHAFTING (2 SECTION DAMPERS) 3 0 5 610 66 WIDE X 24 TALL 562 0000 EA 2810 00 -CONTROL DAMPER -BLADE SEALS -FACTORY MOUNT IN FACTORY PROVIDED SLEEVE -JACK SHAFTING (2 SECTION DAMPERS) 4-5 WEEKS TO SHIP FREE FREIGHT ALLOWED Tax Area Id Net Sales 4,580 00 060690200 Freight 00 Tax 345 79 Quotation Total 4,925.79 February 15t, 2021 collaborative solutions. unmatched training. Keith Humphries Central Heating and Air Conditioning, LLC 4611 W 21st Street Circle Greeley, CO 896343 Reference: Weld County Public Works Admin Building CO -01 Greeley, CO Setpoint Systems Corporation Job #C3344 Dear Keith: Thank you for the opportunity to provide pricing on the above referenced project. Per our conversation on 2/1/21, and upon further review of the specifications, reference of project documents portion on quotation dated 10/07/20, along with IMEG drawing sheets M1.1 through M5.3 (1/31/20), GSG Architectural specification (1/31/20) no changes were to be made to the intake dampers for the existing building. Also referencing the Q7368A Submittal dated 1/7/21 (see Attachment 1) sent by you, for the new damper configuration, we will replace the existing/removed seven (7) damper actuators on the west side of the building. Setpoint Systems Corporation will provide labor and material as follows: Score of Work: $16,800.00 A. Our quotation is based on installation of seven (7) two -position damper actuators and associated wiring: c Includes seven (7) Belimo 24V Damper Actuators per submittal • Two (2)- Belimo AFB24-S Actuators ■ Five (5)- Belimo NFB24-S Actuators • Rewiring points on the existing panel to the devices described above. ✓ (2) Separate 24V circuits- 1 North; 1 South o (2) Separate contact circuits- 1 North; 1 South O End Switches to provide feedback to the BAS allowing the county to monitor if portions North or South of the building are operational rather than one daisy chained unit. o End Switches to control On/Off Action for associated exhaust fans o See below point table list: 8167 South Park Circle Littleton, CO 80120 Input Output Exhaust S/S 7 Exhaust Status 7 Actuator Open/Closed 7 Damper Position 7 1055 Elkton Drive 1831 121st Street East Colorado Springs, CO 80907 Burnsville, MN 55337 24/7 service 1.800.372.8837 info@setpointsystems.com setpointsystems.com Installing additional conduit from lower existing damper locations to new upper damper locations Installing new low voltage wiring from lower existing damper locations to new upper damper locations where applicable • Point to Point Verification testing of damper motors and end switches • Additional engineering time for reconfiguration of system ■ Conversion and verification of programming for Sequence of Operations ■ Additional Graphic time to represent new locations and operations o Excludes control dampers Model 610 c Excludes control dampers Model 610 installation Exceptions and Clarifications: A. Our quotation is based upon; • Our quotation is contingent upon receipt of a purchase order and/or subcontract agreement fully acceptable to Setpoint Systems Corporation. • This change order includes only amounts for the Setpoint Systems Corporation's direct cost resulting for the described changes in the contract. This change order does not include any amounts for changes in the execution of work days, disruptions, and rescheduling, extended overhead, acceleration, or impact costs. Setpoint Systems Corporation expressly reserves the rights to claim for any and all of these related items resulting from impacts to all aspects of Setpoint Systems Corporation's work from the described changes prior to final settlement of the contract. • Tax on material of 00/0 • All work performed during normal working hours • This proposal pricing is good for 30 days from the date issued. • Proposal assumes all existing Delta DDC controls are in good working order B. Our quotation includes; • On -site system programming, initialization, start-up, checkout • As -built Drawings and Graphics included • Additional project management time for change order preparation and execution • One year warranty on parts provided by SSC C. Our quotation does NOT include; • SSC excludes any other work not specified herein. • No permit or inspection fees are included in this proposal. • Installation of dampers • Patching, Painting, or Refinishing. • Does not include time for Commissioning Agent if Applicable • Overtime not included. • Submittals excluded. • Test and Balance. • Customer Training is excluded. • Line voltage (120V or greater) by others. • Interfacing with 3rd party equipment. Setpoint Systems Corporation If you have any questions or require further information, please contact me. Sincerely, SETPOINT SYSTEMS CORPORATION eff Soong Project Manager cc: Kyle Fry Setpoint Systems Job #C3344 Setpoint Systems Corporation Attachment 1 DOWCo NEI Date: 1/07/2021 SUBMITTAL DATA Project: Weld County Public Works Dampers JEREMY LEE - FORT COLLINS From: WINAIR Equipment not specifically mentioned in this submittal is not being supplied. Please double-check all information herein for accuracy. All installation is by others. 1855 South 54th Avenue. Cicero, Illinois 60804 www.safeair-dowco.com Phone: 708-652-9100 Fax: 708-652-9158 DEMPEPRIR oowco 1855 South 54th Ave. Cicero, Illinois 60804 Phone 708-652-910 Quote Details Quoted by: Paul Anderson Created: 1/07/2021 Quote #: 47841 Project Name: Weld County Public Works Dampers Model Description Tag Qty Width Height Length 1. 610 Control Dampers Total • Square Footage: 48 • Actual/Nominal: Nominal • Bearings: Standard • Blade Type: Opposed Blade • Actuator Mounting: External Model Description Tag 2 • Sleeve Material: Galvanized • Sleeve Gauge: 18 • Sleeve Size: 16" • Finish Type: Mill - standard • Neoprene blade seals only Qty 72 Width 48 Height NA Length 2. 610 Control Dampers Total • Square Footage: 55 • Actual/Nominal: Nominal • Bearings: Standard • Blade Type: Opposed Blade • Actuator Mounting: Extemal Accessories Tag 5 • Sleeve Material: Galvanized • Sleeve Gauge: 18 • Sleeve Size: 16" • Finish Type: Mill - standard • Neoprene blade seals only 66 24 NA Qty 3. Jackshaft 4. Jackshaft Total 610 66x24 610 72x48 10 4 Standard Terms 8 Conditions » Estimated Lead Time: 4 week(s). Number of Releases Allowed: 1 saP • RI R DOW= DEPENDABLE PRODUCTS SINCE 1955 CONTROL DAMPER- --_ MODEL 610_1611, -_ _ Design Features — Nested closure "W blade design that provides a greater sealing surface than competitive designs STANDARD CONSTRUCTION FRAME 4-5/16" deep, 16 gauge galvanized steel BLADES 6" wide, 16 gauge galvanized steel (Bottom blade width may vary depending on damper height) BLADE AXLES & BEARINGS AXLE — 7/16" Plated hex BEARING — Bronze oil impregnated LINKAGE 610 - Plated steel concealed inside of lamb 611 — Plated steel mounted mid span of blade Dnve blade has a 1" to 6" extendable shaft to mount operator MAXIMUM SIZE Unlimited, with mullions, structural bracing supplied by others (Multi -section sizes usually require lackshafting) MAXIMUM SINGLE SECTION 48"W x 72"H MINIMUM SIZE 4"W x 4"H SEALS Optional UNDERSIZED 1/4" under ordered size unless specified Exact or Actual FINISH Mill OPERATOR None OPTIONAL CONSTRUCTION FRAME - Available in heavier galvanized construction up to 10 gauge BLADES —Available m heavier galvanized construction up to 10 gauge SPECIFIED MATERIAL — Available in stainless, Aluminum or as requested LINKAGE — Mounted on face of blades in either opposed or parallel BLADE & JAMB SEALS - Silicone blade edge and/or stainless steel jamb seals (Note With sears daylight shall sbgbe visible between blades and on the sides) SLEEVE AND DUCTWORK CONNECTION —10 ga to 20 ga galvanized steel to 30" in length — Transibons available in round, oval, rectangular or custom Factory can install access door, retaining angles, or flange connections FINISH — Air-dry pnmer, polyurethane, epoxy, or enamel, Baked epoxy or enamel, or Powder coat OPERATOR — Manual, electnc or pneumatic, internally or extemally mounted, please consult operator listing SPECIAL PURPOSE CONSTRUCTION Fully welded comer assembly Secunty bars (mounted in sleeve) Fdter racks Face and bypass dual mixing damper configuration " Dampers 11" high an under will be single blade, and extend from the frame proportionately Model 610 Opposed Blade Model 611 Parallel Blade Blades dosed without seal Blades dosed with seat (optional) Typical lackshafted multiple section assembly DATE ARCHITECT I ENGINEER CUSTOMER OSaFL • AIR ER ell PROJECT DOWCO DEPENDABLE PRODUCTS SINCE SAFE-AIR/DOWCO Engtneertng and General Offices 1855 South 54th Avenue, Cicero, Illinois Phone 708-652-9100 FAX 708-652-9158 ITEM QTY W H DESCRIPTION 1955 60804 www sarevr-doweo corn 6l0/6l l - I0l06 Pressure Loss Inches (WG) 0 0 0 0 0 0 0 0 ig5aFL RIR ga DOWCO 610 & 611 PERFORMANCE AIR PERFORMANCE I 19 I8 17 I6 15 14 13 12 11 09 08 07 06 D5 04 03 02 Damper in open position 001 100 500 1000 2 FREE AREA VELOCITY (fpm) 3 4 5 6 CALCULATING PRESSURE LOSS Based upon a given flow rate an CFM), the flowmg pressure loss may be detennmed from the "air performance graph, knowing the sq ft of free area of the damper Alternately, the free area may be determined based upon a volumetnc flow rate and a maximum pressure loss utilizing the "air performance" graph m W C Max Pressure Loss Intake or Exhaust FPM (Free Area Velocity From "Air Performance" Graph) CFM / _ FPM Free Area Velocity = Sq Ft Free Area Static Pressure Inches (WG) 100 90 80 70 60 50 40 30 20 10 09 08 07 06 05 04 03 02 01 AIR LEAKAGE 1 2 3 4 5 678910 20 30 40 5060 LEAKAGE PER SQ FT OF FACE AREA (cfm) 40 x 40 sample tested with blade and lamb seals Damper Width Inches Maximum Static Pressure (W.G.) Maximum Velocity Leakage W/Seals Leakage W/ Out Seals 12 5" 1500 FPM 14 55 18 4 5" 1500 FPM 13 51 24 4" 1500 FPM 12 47 30 3 5" 1500 FPM 11 43 36 3" 1500 FPM 10 40 42 2 5" 1500 FPM 9 36 48 - 2" 1500 FPM 8 32 FREE AREA CALCULATIONS IN SQ FT W IDTH H E I G H T Inches 12 16 20 24 28 32 36 40 44 48 12 0 58 0 81 1 03 1 26 1 49 1 72 1 95 2 17 2 40 2 63 16 0 86 1 20 1 54 1 88 2 22 2 56 2 89 3 23 3 57 3 91 20 1 09 1 53 1 96 2 39 2 82 3 26 3 69 4 12 4 55 4 99 24 1 33 1 86 2 38 2 91 3 43 3 96 4 49 5 01 5 54 6 06 28 161 2 25 2 89 3 52 4 16 4 80 5 43 6 07 6 71 7 34 32 1 85 2 58 3 31 4 04 4 77 5 50 6 23 6 96 7 69 8 42 36 208 291 373 455 538 620 702 785 867 949 40 237 330 423 5 17 610 704 797 891 984 1078 44 2 60 3 63 4 66 5 68 6 71 7 74 8 77 9 80 10 82 11 85 48 2 84 3 96 5 08 6 20 7 32 8 44 9 56 10 69 11 81 12 93 52 329 460 590 720 850 980 11 10 1241 1371 1501 56 3 36 4 68 6 01 7 33 8 66 9 98 11 31 12 63 13 96 15 29 60 3 59 5 01 6 43 7 85 9 27 10 68 12 10 13 52 14 94 16 36 64 3 87 5 40 6 93 8 46 9 99 11 52 13 05 14 58 16 11 17 64 68 4 11 5 73 7 35 8 98 10 60 12 22 13 85 15 47 17 09 18 72 72 434 606 778 949 1121 1293 1464 1636 1808 1979 www.safea r-dowio wm 610/611 —05/08 TYPICAL JACKSHAPPED MULTIPLE SECTIONAL ASSEMBLY .9% I LEFT SIDE LEVER NM FOR DRIVERS UIDFR IB ) Layout"D" 3�C•RN4 DDWD BEPENBeBLE PRODUCTS AHCE 1855 CONTROL DAMPERS 600 SERIES TACKSHAFTLAYOUTS Layout "E" 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 January 7, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works Addition Change Order #4 - #62000107 The electrical design identified making the connection to power the entire addition was to be made on the existing building's Main Distribution Switchboard. During construction, it was discovered that the Main Distribution Switchboard could only accommodate a 100 AMP bucket. However, a 400 AMP bucket is needed to power the addition. In order to accommodate the correct 400 AMP bucket, changes to the Main Distribution Switchboard are needed. To accomplish this work after hours to prevent workflow disruption issues, a change order in the amount of $5,977.52 is needed. Therefore, Buildings & Grounds is recommending this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CO4sen-i- I19enct ai / x3/21 B&-CTr oil/ &j.-' I ?120 - 12O3 15(10O22_ CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND SWIFT BUILDERS, LLC This Agreement Amendment ("Amendment"), made and entered into 4th day 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 Swift Builders, LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1203, approved on May 27, 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. Pending Change Order 004, dated December 28, 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: Derek Cohen Printed Name Signature ATTEST: .^d"'„"' Weld • un CI rk he Boar BY: Deputy Cler APPROVED AS TO FUNDING: Controller APPROVED S TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair APPROVED AS TOC9BSTANCE: icial or Department Head JQ N 1 3 2021 SWIFT 3UILDE.ZS.wc Exhibit: Change Order # 4 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition Date: 12/28/2020 'Pending Change Order# 4 DESCRIPTION OF CHANGE: Electrical changes per RFI # 16 1) Winterhawk Electric $ 5,454.69 DIRECT JOB EXPENSES Expendable Tools $ _ Equipment Rental $ _ Subcontractor $ 5,454.69 Swift Builders Labor $ Subtotal $ 5,454.69 Other: $ TOTAL DIRECT JOB EXPENSE $ 5,454.69 CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ 54.55 MARGIN & OVERHEAD @ 8.50% $ 468.29 TOTAL CHANGE ORDER COST $ I 5,977.52 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date VVinterhawk Electric Change Order Request #1- Public Works Submitted By: Winterhawk Electric, LLC Date of Submission: 12/18/2020 2601 S. Lemay Ave, Suite 7-431 Fort Collins, CO 80525 970-460-6550 Office 720-382-6341 Cell Submitted To: Swift Builders - Derek Change Request: Provide materials and labor to complete the following Existing service does not have the required space to add additional service. Pricing is to add new changes per one line from engineer. Price includes labor and materials to complete. Materials: $735.00 New equipment: $2869.69 Labor with after-hours tie-in: $1850.00 Total: $5454.69 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 December 14, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works Addition Change Order #3 - #620000107 During construction of the Public Works Addition, the following items were encountered: • The VAV heaters were specified on the plans as 208 -volt. Whereas, power on site is 277 -volt. • The specified Certainteed style ceiling the did not match existing building. • Public Works Requested two office be eliminated so two office could be made larger • Steel toilet partitions replaced phenolic partitions. With these scope changes the net cost is $2,414.12. Therefore, Buildings & Grounds is recommending this change order in the amount of $2,414.12. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CV" /#6&.. cfr--- ig2-P6fr° /b �o2o_ /..203 e)t� oaf a CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND SWIFT BUILDERS, LLC This Agreement Amendment ("Amendment"), made and entered into 10th day of December , 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Swift Builders, LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1274, approved on June 8, 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. Pending Change Order 003, dated December 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: Derek Cohen, Swift Builders, LLC Printed Name Signature ATTEST. Wel Deputy Cler APPROVED AS TO Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair DEC 1 6 2020 APPROVED AS TANCE: Electedo6fficial or Department Head 51/VIFT OUILiDERS.u..c Exhibit: Change Order # 3 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition Date: 12/9/2020 I Pending Change Order# Change Order 3 DESCRIPTION OF CHANGE: 1) PCO # 4 - Credit for Certainteed 'Baroque' $ (5,000.00) 2) PCO # 5 - Office Reconfiguration $ (1,790.00) 3) PCO # 6 - Steel Toilet Partitions $ (1,590.00) 4) PCO # 7 - Electric Heaters for VAVs $ 10,794.12 DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ 2,414.12 Swift Builders Labor $ - Subtotal $ 2,414.12 Other: $ - TOTAL DIRECT JOB EXPENSE $ 2,414.12 CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ - MARGIN & OVERHEAD @ 8.50% $ TOTAL CHANGE ORDER COST S I 2,414.12 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date I5WWT BU1LDEZ5.u_c SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition Date: 7/15/2020 (Pending Change Order# 4 DESCRIPTION OF CHANGE: Fumish and install Certainteed 'Baroque' ceiling tile in lieu of specified tiles. 1) Credit for Certainteed 'Baroque' $ (5,000.00) DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ (5,000.00) Swift Builders Labor $ Subtotal $ (5,000.00) Other: $ - TOTAL DIRECT JOB EXPENSE $ (5,000.00) CITY TAXES @ 0.00% $ GENERAL LIABILITY INSURANCE 1.00% $ - MARGIN & OVERHEAD @ 8.50% $ - TOTAL CHANGE ORDER COST S I (5,000.00) TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date M ISWIWT BUILDErZS.t�c SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition Date: 11/2/2020 'Pending Change Order# 5 DESCRIPTION OF CHANGE: Office reconfiguration to Office 116 & 118 to reconfigure 4 offices to two. 1) Credit for framing/drywall $ (1,349.00) 2) Credit for Door Hardware Collins Door: Credit for hardware after 45% restocking fee $ (91.00) Doors and frames have been ordered/received 3) Credit for Painting $ (350.00) DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ Subcontractor $ (1,790.00) Swift Builders Labor $ Subtotal $ (1,790.00) Other: $ - TOTAL DIRECT JOB EXPENSE $ (1,790.00) CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ - MARGIN & OVERHEAD @ 8.50% $ - TOTAL CHANGE ORDER COST S I (1,790.00) TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date COPPER SPRING SOLUTIONS To: Swift Builders Contact: Derek Cohen Description: Credit for alternate office layout. Page 1 of 1 REQUEST FOR CHANGE ORDER Ref.# COR00000001 External/RCO# GC Ref# Date Oct 12, 2020 Job # 20-0550 Project: Weld County Public Works 1111 H Street Greeley, CO 80631 Phone: 970-691-2176 Labor Total Interior Framing Interior Layout Interior Hang Interior Insulation Interior Finish Interior Caulk Supervision General Labor Material -$229.60 -$28.70 -$200.90 -$57.40 -$258.30 -$28.70 -$28.70 -$57.40 Total Labor -$889.70 Size Quantity UOM Unit Price Total 3 5/8" STUD 1 1/4" FLANGE (19MILS) 20GA EQ 3 5/8" TRACK 1 1/4" LEG (19MILS) 20GA EQ 5/8" TYPE "X" Drywall X58 FIBERGLASS R-11 UNFACED USG ACOUSTICAL SEALANT Total Other Material Charges 10' -25.00 PCS .358 LF 10' -8.00 PCS .347 LF 4X12 -9.00 SHT .355 SQFT 16"X96" BAG -1.25 EA .21 SQFT TUBE -2.00 EA 6.00 EA -$89.50 -$27.76 -$153.36 -$44.80 -$12.00 Total Material -$327.42 Total Fasteners -$9.00 Total Other Material Charges -$9.00 AUTHORIZED BY: ON BEHALF OF: Swift Builders PROJECT MANAGER: David J. McLaughlin Labor Total: -$889.70 Material Total: -$336.42 Sub Trade Total: $0.00 Cleanup Total: $0.00 Equipment Total: $0.00 Misc. Total: $0.00 Sub Total: x$1,226.12 Mark Up: -$122.88 Total: -$1,349.00 2649 E Mulberry Street, #7, Fort Collins, CO 80524 Run on: October 12, 2020 9:46 AM T 970.282.9103 F 970-282-9314 https://copperspringsolutions.con From: Tommy To: Derek Cohen Subject: RE: Weld Public Works - Office size changes Date: Thursday, October 8, 2020 3:57:31 PM Hey Derek, If I am correct looking at your attachment, it looks like they are wanting to get rid of openings 117 and 129. The frames were ordered from our service center and those are already on site. We cannot return these. The wood doors have already arrived at my shop from the manufacturer and are awaiting delivery. We cannot return those. The hardware only consist of hinges, lockset, and wall stop. If you would like, we can return those to the manufacturer but there is a 45% restocking fee. So, I would only be able to give you a total of $91.00. That is the total for all six hinges, two locksets and two wall stops. At this point, I would suggest that they keep the hardware since the doors and frames are already prepped, and they can have two complete door, frame and hardware sets for future use. Let me know if you would like me to put that hardware refund pricing on a change order for you. Thanks, Tommy Greeness Collins Door and Hardware Inc 394 Delozier Dr Fort Collins, CO 80524 Ph: 970-221-2396 F: 970-221-3856 From: Derek Cohen <derekc@swiftbuildersllc.com> Sent: Thursday, October 8, 2020 10:07 AM To: Dave McLaughlin <dave@copperspringsolutions.com>; gridman01@gmail.com; Alan@winterhawkelectric.com; Tommy <tommy@collinsdoor.net> Cc: Darrell Sipes <darrells@swiftbuildersllc.com> Subject: Weld Public Works - Office size changes Good morning, Please find attached a layout change to the offices for the Public Works addition project. Please let me know of any cost impacts as soon as possible. Thank you. Derek Cohen Construction Manager s Warr OUN-OEi�5.u.C 2000 S. College Ave, Suite 310 Fort Collins, Colorado 80525 (O) 970-682-4230 (C) 970-825-9400 www.swiftbuildersllc.com 5W IFT BUILDE.�S.0 c SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition Date: 12/7/2020 'Pending Change Order ft 6 DESCRIPTION OF CHANGE: Powder coated steel toilet partitions in lieu of plastic. 1) Credit from Dynamic Specialties $ (1,590.00) DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ (1,590.00) Swift Builders Labor $ Subtotal $ (1,590.00) Other: $ - TOTAL DIRECT JOB EXPENSE $ (1,590.00) CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ - MARGIN & OVERHEAD @ 8.50% $ TOTAL CHANGE ORDER COST $ 1 (1,590.00) TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date Cinft SI/VIFT BUILDE.�S.Li_c SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition Date: 12/8/2020 'Pending Change Order# 7 DESCRIPTION OF CHANGE: VAV adjustment for the power requirements. 1) Johnson Controls swap out the electric heater assemblies on all 21 VAV units $ 9,850.00 DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ 9,850.00 Swift Builders Labor $ - Subtotal $ 9,850.00 Other: $ TOTAL DIRECT JOB EXPENSE $ 9,850.00 CITY TAXES @ 0.00% $ GENERAL LIABILITY INSURANCE 1.00% $ 98.50 MARGIN & OVERHEAD @ 8.50% $ 845.62 TOTAL CHANGE ORDER COST S I 10,794.12 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date Sean Miller Johnson Controls Inc. 10289 W Centennial Rd Littleton, CO 80127 Date: 12/3/2020 To: Keith Humphries - Central Heating & A/C Weld County Public Works - VAV Heaters Project Name: Terms: PROPOSAL Johnson OP Controls Phone: 720-484-1939 FAX: E-mail: sean.p.milleraici.com QTY TAG MODEL NO. DESCRIPTION NET EXTENSION 1 Multiple TSS Quote for new Electric Heater assemblies (277V/1 Phase) for all 21 units installed at site $9,850.00 $9,850.00 NOTES: Full Freight Allowed. Tax is NOT included in this proposal and will be added if applicable. WE PROPOSE hereby to furnish material -complete in accordance with the above listing. Authorized Signature Sean Miller These Prices are valid for not more than THIRTY (30) days from the date of the Proposal unless noted otherwise. SUBTOTAL: FREIGHT: TOTAL: $9,850.00 $0.00 $9,850.00 ACCEPTANCE OF PROPOSAL The above prices and conditions are satisfactory and hereby accepted. Authorized Signature Date of Acceptance 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 July 8, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works addition - #620000107 The construction plans show each window on the new addition as having a pre -cast concrete sill. However, a ground faced CMU matches the original building. Using CMU that matches the existing building versus the pre -cast will save $3,535.00. Therefore, B&G is recommending approving this change order which will deduct $3,535.00 from the contract. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 7 -/3 -tea CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND SWIFT BUILDERS, LLC. This Agreement Amendment ("Amendment"), made and entered into 7 day of July , 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 Swift Builders, LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1203, approved on May 27, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit -Change Order # 2, dated June 30, 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: Derek Cohen Printed Name Signature BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ��� ^..� Mike Freeman, Chair ATTEST: � ,, ��`` JUL 13 2020 PPROVED AS UBSTANCE: Weld • u y Clerk to the Board �� - BY: Deputy Clerk o the Board APPR OVED AS TO FUN , Controller NG: APPROVED AS TO FORM: `PS e%t..ea County Attorney lect=. Official or Department Head ,2002p 420,3 � ISWIFT OU1LDEG25.wc Exhibit-PCO #2 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition Date: 6/30/2020 Pending Change Order # 2 DESCRIPTION OF CHANGE: Window sill detail changes 1) Delete sills and increase ground face block to 8" $ (3,940.00) 2) Increase solid surface sill depth $ 955.00 3) Deduct Blocking 2x6 & 1/2" OSB 400 LF $ (1,600.00) 4) Add 3/4" rigid foam insulation 400 LF $ 1,050.00 DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ (3,535.00) Swift Builders Labor $ - Subtotal $ (3,535.00) Other: $ - TOTAL DIRECT JOB EXPENSE $ (3,535.00) CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ - MARGIN & OVERHEAD @ 8.50% $ - TOTAL CHANGE ORDER COST $ I (3,535.00) TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 2 days Approval: date 2� June 22, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works addition -14B20000107 T OF IL GS ND GROUN PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 The bid to construct an addition on the west end of the public works building was awarded to Swift Builders LLC. There is a gas line that connects the main building to the outlying buildings. It runs through the new building addition. This gas line was anticipated to be moved by ATMOS during construction and the associated fees paid to theme However, ATMOS is stating this gas line is considered a private line. Therefore, they will not relocate it To relocate the gas line and restore services to the outlying buildings, a change order in the amount of $14,343.01 is needed. B&G is recommending approving this change order so the project can remain ,n schedule. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 4 ot0 0 --- /02-1,3 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Public Works Addition - Change Order DEPARTMENT: Buildings & Grounds PERSON REQUESTING: DATE: 6-17-2020 Brief description of the problem/issue: There is a gas line that connects the main building to the outlying buildings. It runs through the new building addition. This gas line was anticipated to be moved by ATMOS during construction and the associated fees paid to them. However, ATMOS is stating this gas line is considered a private line. Therefore, they will not relocate it. To relocate the gas line and restore services to the outlying buildings, a change order in the amount of $14,343.01 is needed. B&G is recommending approving this change order so the project can remain on schedule. What options exist for the Board? (include consequences, impacts, costs, etc. of options): Approve the change order so gas line can be rerouted as necessary. Recommendation: Place change order on an upcoming agenda so official approval can be done at a public meeting Approve Recommendation Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro-Tem Kevin D. Ross Schedule Work Session Other/Comments: County Attorney CON—RACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND SWIFT BUILDERS, LLC. This Agreement Amendment ("Amendment"), made and entered into 15 day of .tune , 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 Swift Builders, LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 20201203, approved on May 27, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Exhibit -Change Order # 1, dated June 11, 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: Derek Cohen Printed Name Signature ATTEST. WelCou BY Deputy Clerl o the Board APPROVED AS TO FUNDING: . y Controller APPROVES AS TO FORM: ecAl ARD IFF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair 7 714 APPROVED ASj' O SUBSTANCE ..wl7)" 3 d` 4 2020 Elered Official or Department Head o2a o20 - J O,5 SWIFT BUILDERS.u_c Exhibit: Change Order #1 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition Date: 6/11/2020 'Pending Change Order# 1 DESCRIPTION OF CHANGE: Costs associated with disconnecting the existing gas line and relocating as shown on the drawings. Per the bid addendum, this scope was to be by the utility company. 1) Disconnect & Re -Route Gas Piping Top Notch Plumbing $ 2,580.00 2) Demo Asphalt, Excavate, Backfill for New Gas Line CAP Excavating $ 7,612.00 3) Asphalt Patch Martin Marietta - 80 SY $ 2,800.00 DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ 12,992.00 Swift Builders Labor $ - Subtotal $ - Other: $ - TOTAL DIRECT JOB EXPENSE $ 12,992.00 CITY TAXES @ 0.00% $ - BONDS/INSURANCE 1.75% $ 227.36 MARGIN & OVERHEAD @ 8.50°/0 $ 1,123.65 TOTAL CHANGE ORDER COST S l 14,343.01 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date TOP-NOTCHPLUMBING INC. 1434 39th Ave. Greeley, CO. 80634 Main office 970.397.8511 Estimating 970.567.2890 RFI / CHANGE ORDER JOB: Public Works 1111 H Street Greeley, CO 06/05/20 SCOPE: A 2" gas pipe is located under the footprint of the new addition. Relocate gas piping around the outside of foundation and tie into existing pipe on both sides. Tie onto the 1" branch serving the adjacent building. Piping to be yellow HDPE with fused joints. Include trace wire. EXCLUSIONS: Excavation/backfill/compaction by others ACKNOWLEDGMENTS: Estimate includes applicable taxes Excludes Davis Bacon wage rates Material $ 710.00 Labor $1,440.00 Equipment $ 95.00 OH&P $ 335.00 TOTAL: $ 2,580.00 Respectfully submitted by Matthew Tipton, /44`z w Tyr EXCAVATING 6 DENIOLMON 10759 COUNTY ROAD 7 LONGMONT, COLO 80504 PH: 303-772-2279 FAX: 303-772-0727 SWIFT BUILDERS REQUEST" FOR CHANGE ORDER Date 6/10/2020 20-1232 Project WELD COUNTY P... Description Total NO MOB CHARGE IF WORK CAN BE DONE AT SAME TIME AS BACKFILL. IF NOT, ADD $500.00 SAWCUT AND DEMO ASPHALT *EXPORT OFF SITE 2,272.00 *LABOR AND EQUIPMENT EXCAVATION OF NEW GAS LINE *EST. 360 LF x 2' WIDE x 2' DEEP 4,840.00 *ALL DIRT IS TO REMAIN NEXT TO EXCAVATION *BACKFILL WITH SAME MATERIAL FROM EXCAVATION *IF GAS LINE CAN BE PUT IN, DIG PRICE WILL BE ADJUSTED *ASPHALT PATCHBACK BY OTHERS **SEE EXCLUSIONS BELOW: ESTIMATE BY: SEAN MCCORMICK 970-980-7367 Total $7,112.00 SWIFT OU1LDErZS.Le_c Exhibit: Change Order #1 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Public Works Addition Date: 6/11/2020 (Pending Change Order# 1 DESCRIPTION OF CHANGE: Costs associated with disconnecting the existing gas line and relocating as shown on the drawings. Per the bid addendum, this scope was to be by the utility company. 1) Disconnect & Re -Route Gas Piping Top Notch Plumbing $ 2,580.00 2) Demo Asphalt, Excavate, Backfill for New Gas Line CAP Excavating $ 7,612.00 3) Asphalt Patch Martin Marietta - 80 SY $ 2,800.00 DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ 12,992.00 Swift Builders Labor $ - Subtotal $ - Other: $ - TOTAL DIRECT JOB EXPENSE $ 12,992.00 CITY TAXES @ 0.00% $ - BONDS/INSURANCE 1.75% $ 227.36 MARGIN & OVERHEAD @ 8.50% $ 1,123.65 TOTAL CHANGE ORDER COST S I 14,343.01 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date TOP-NOTCHPLUMBING INC. 1434 39th Ave. Greeley, CO. 80634 Main office 970.397.8511 Estimating 970.567.2890 RFI / CHANGE ORDER JOB: Public Works 1111 H Street Greeley, CO 06/05/20 SCOPE: A 2" gas pipe is located under the footprint of the new addition. Relocate gas piping around the outside of foundation and tie into existing pipe on both sides. Tie onto the 1" branch serving the adjacent building. Piping to be yellow HDPE with fused joints. Include trace wire. EXCLUSIONS: Excavation/backfill/compaction by others ACKNOWLEDGMENTS: Estimate includes applicable taxes Excludes Davis Bacon wage rates Material $ 710.00 Labor $1,440.00 Equipment $ 95.00 OH&P $ 335.00 TOTAL: $ 2,580.00 Respectfully submitted by Matthew Tipton, /44".kw T4tr EXCAVATING & DEMOLITION 10759 COUNTY ROAD 7 LONGMONT, COLO 80504 PH: 303-772-2279 FAX: 303-772-0727 SWIFT BUILDERS REQUEST FOR CHANGE ORDER Date 6/10/2020 20-1232 Project WELD COUNTY P... Description Total NO MOB CHARGE IF WORK CAN BE DONE AT SAME TIME AS BACKFILL. IF NOT, ADD $500.00 SAWCUT AND DEMO ASPHALT *EXPORT OFF SITE 2,272.00 *LABOR AND EQUIPMENT EXCAVATION OF NEW GAS LINE *EST. 360 LF x 2' WIDE x 2' DEEP 4,840.00 *ALL DIRT IS TO REMAIN NEXT TO EXCAVATION *BACKFILL WITH SAME MATERIAL FROM EXCAVATION *IF GAS LINE CAN BE PUT IN, DIG PRICE WILL BE ADJUSTED *ASPHALT PATCHBACK BY OTHERS **SEE EXCLUSIONS BELOW: ESTIMATE BY: SEAN MCCORMICK 970-980-7367 Total $7,112.00 Cari%Pig AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & SWIFT BUILDERS LLC PUBLIC WORKS BUILDING ADDITION THIS AGREEMENT is made and entered into this O— 41lay of _May_, 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Swift Builders LLC. whose address is 2000 S College Ave. Suite 310 Fort Collins, CO 80525, hereinafter referred to as "Contractor". 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. B2000107". 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 60n4P'"T O5/L7/2o cc t3G Onealre, osl al( a 2mg o: 12.03 136©©2g 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 $1,685,778.00, 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 srvices completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of 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: Swift Builders LLC. Attn: Derek Cohen Address: 2000 S. College Ave. Suite 310 Address: Fort Collins, CO 80525 E-mail: derekcAswiftbuildersllc.com Telephone: (970) 825-9400 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylorAweldgov.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. W NESS WHEREOF, the parties hereto have signed this Agreement this c;‹ % day of , 2022. CONTRACTOR: �CI Swift Builders, LLC. By: Name: _Derek Cohen Title: _LLC Member Date 05/14/2020 WELD COU TY: ATTEST: Weld Cou r the 13o �� BY:.4.a... BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO V:L-9•4, '31 -t.... -k___/ eputy Clerk to the Board �,�""�"��: ike Freeman, Chair MAY 2 7 2020 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MARCH 25, 2020 Exhibit A BID NUMBER: 82000107 DESCRIPTION: PUBLIC WORKS ADDITION PRE -BID CONFERENCE DATE: APRIL 8, 2020 BID OPENING DATE: APRIL 24, 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: PUBLIC WORKS ADDITION A pre -bid conference will be held at 1:00 PM, on April 8, 2020 to respond to written and oral questions and to provide any needed additional instruction to Architectural, Engineering and General Contracting firms on the submission of bids. Bids for the above stated merchandise, equipment, and/or services will be received until 2020 (Weld County Purchasing Time Clock). 10:00 AM on April 24, **PLEASE NOTE: Due to the recent events surrounding the Coronavirus (COVID-19) pandemic, the Weld County Government lobbies are now closed to the public, therefore, the pre -bid conference and bid opening will both be held via a Skime conference call. See page 13 and Addendum #1 for Skype Conference Call information.** PAGES 1 - 10 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-10 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 10. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include any and all charges for freight, delivery, containers; packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.comi. 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. Did Delivery to Weld Cpunty — 7 method: 1. Email. Due to the Coronavirus (COVID-19), ernailed bids are required. Bids may be emailed to bidsCW,weldclov.com; 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 970-400-4222 or 4223 with any questions. 3 INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewntten or wntten in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authonzed 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 authonzed to bind it in the matter The name of each person signing shall also be typed or printed below the signature A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his pnncipal, may be held to the bid of the individual signing When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished All corrections or erasures shall be initialed by the person signing the bid All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein All designations and prices shall be fully and clearly set forth - All blank spaces in the bid forms shall be suitably filled in 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 pnor to the time fixed for award Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded Late or unsigned bids shall not be accepted or considered It is the responsibility of the bidder to ensure that the bid arnves in the Weld County Purchasing Department on or pnor to the time indicated in Section 1 , entitled, "Notice to Bidders " Bids received pnor to the time of opening will be kept unopened in a secure place No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in once and quality Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County The bid(s) may be awarded to more than one vendor Familiarization with the Work Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph Interpretation of Contract Documents to Prospective Bidders Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning -of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda Preparation of the Bid Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms The Bid Proposal must be filled out completely, in detail, and signed by the Bidder Bids by partnerships must be executed in the partnership name and signed by a partner His title must appear under his signature and the official address of the partnership must be shown below the signature Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authonty to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary The corporate address and state of incorporation shall be shown below the signature Names of all persons signing must be pnnted below their signatures A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder B2000107 2 r Modification or Withdrawal of Bid Bids may be modified or withdrawn by an appropnate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified Any electronic modification should not reveal the amended Bid pnce, but should provide only the addition, subtraction or modification A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened The Controller/Purchasing Director may at her sole discretion, release any Bid at any time 4. AWARD AND EXECUTION OF CONTRACT Basis of Award Only firm Bids will be considered The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests The County reserves the right to waive informalities and/or irregularities and to reject any or all bids Evaluation of Bids The evaluation of Bids will include consideration of Subcontractors and suppliers All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project The use of Subcontractors listed by the Bidder and accepted by County pnor to the Notice of Award will be required in the performance of the Work All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms Contract Execution- The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be madeto another Bidder, or the County may reject all Bids or call for other Bids The County, within ten (10) days of receipt of acceptable Performance Bid, Labor& Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations ansing there -under The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be included in the Bid price. Royalties. The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price B2000107 3 Utilities Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gaTigephone, and similar facilities and services required by him in performing the Work Cash Allowances The Bidder shall include in his Bid such sums as he deems proper for overhead costs and protits on account of cash allowances named in the Bid Documents 7. SITE CONDITIONS Familianzation with the Site The prospective Bidder shall by careful examination, satisfy himself of the following Nature and location of the site where the Work is to be performed Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered Character of construction equipment and facilities needed for performance of the Work General local conditions Availability of lands as set forth in the General Conditions Access to the Site The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site dunng performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed The Bidder shall make all arrangements, as deemed necessary, for access to property outside of County Right of Way, pnorto beginning the work 8. SUCCESSFUL BIDDER HIRING PRACTICES - ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E-Venfy 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 fads to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement Successful bidder shall not use E-Venfy 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 hinng 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 fads 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 B2000107 4 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. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." 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. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and e mployees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or e mployee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and u nemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with 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. B2000107 5 F Choice of Law Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void G No Third -Party Beneficiary Enforcement It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all nghts of action relating to such enforcement, shall be stnctly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only H Attorney's Fees/Legal Costs In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder I Disadvantaged Business Enterprises Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award J Procurement and Performance The successful bidder agrees to procure the matenals, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those descnbed in this Agreement The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescnbed 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 nght to terminate this Agreement, with or without cause on thirty (30) days wntten notice Furthermore, this Agreement may be terminated at any time without notice upon a matenal breach of the terms of the Agreement M Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained wntten authorization and acknowledgement by County for such additional services Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust ennchment, shall be the basis of any increase in the compensation payable hereunder In the event that wntten authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed N 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 pnor wntten consent, which may be withheld in County's sole discretion County shall have the nght m its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County County shall have the nght (but not the obligation) to enforce the provisions of this B2000107 6 Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors O Warranty, Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period dunng which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance This warranty shall commence on the date of County's final inspection and acceptance of the Project P Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the pnor written approval of County Any attempts by the successful bidder to assign or transfer its nghts hereunder without such pnor approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder Such consent may be granted or denied at the sole and absolute discretion of County Q Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, stnkes, war, flood, earthquakes or Governmental actions R Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature S Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatones to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests Dunng 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 junsdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon Wage Rates V Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners W Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authonzing such additional payment has been specifically approved by the B2000107 7 Director of Weld County Public Works, 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 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 10. INSURANCE REQUIREMENTS General Requirements. Successful bidders/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 Successful bidders/Contract Professionals shall keep -the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A M Best Company as "A" VIII or better Each policy shall contain a valid provision or endorsement stating "Should any of 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 (10) days prior If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder/Contract Professional Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention County reserves the nght to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The successful bidder IS not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The successful bidder/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Any modification to these requirements must be made in writing by Weld County , The successful bidder stipulates that it has met the insurance requirements identified herein The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies INDEMNITY The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or ansing out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its construction methods or procedures, or in its provisions of the materials required herein, or from any claims or amounts ansing or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree This paragraph shall survive expiration or termination hereof It is agreed that the successful bidder will be responsible for pnmary loss investigation, defense and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the successful bidder agrees to waive all nghts of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses ansing from the work performed by the successful bidder for the County A failure to comply with this B2000107 8 provision shall result in County's nght to immediately terminate this Agreement Types of Insurance The successful bidder/Contract Professional shall obtain, and maintain at all times dunng the term of any Agreement, insurance in the following kinds and amounts* Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's Contract Professional's employees acting within the course and scope of their employment Policy shall contain a waiver of subrogation against the County This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act , AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers Liability) $ 500,000 $ 500,000 $ 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured —owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured —owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows $1,000,000 each occurrence, $2,000,000 general aggregate, $2,000,000 products and completed operations aggregate, $1,000,000 Personal Advertising injury $50,000 any one fire, and $500,000 errors and omissions $5,000 Medical payments one person Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal Proof of Insurance: County reserves the nght to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion 82000107 9 Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland manne, Successful bidder/Contract Professional's insurer shall name County as an additional insured 'Waiver of Subrogation. For all coverages, Successful bidder/Contract Professional's insurer shall waive subrogation rights against County Subcontractors. All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder/Contract Professional Successful bidder/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 Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage Professional Liability Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract Successful Bidders Pollution Liability: Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services Policy shall cover the successful bidder's completed operations Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos) If the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract, and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed The policy shall be endorsed to include the following as Additional Insureds "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement Those documents are specifically incorporated herein by this reference B2000107 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING Public Works Administration Building Addition This project consists of budding an addition to the west side of the existing Public Works administration budding and remodeling of the existing lobby area at 1111 H Street Scope of work: This project will consist of general contractor performing renovations and an addition to the existing budding In addition to plans and specifications (attached) that detail the scope, work shall include 1 Remove existing walls, floonng, ceilings, support structures and lighting as necessary to construct new lobby and new office addition 2 Provide grading, site concrete and asphalt patching as necessary 3 Construct walls as shown on drawings 4. Provide new doors, frames and hardware as specified 5. Repair/ replace acoustical ceilings that have been disturbed dunng construction 6. Install new casework in break areas and restrooms as shown on drawings. 7 Paint all walls, hard ceilings, door and steel window frames and railings throughout the budding i 8 Provide and install all masonry, structural steel, foundations and interior finishes 9 Install new ducts, louvers and grilles per mechanical drawings All mechanical systems controls shall be Delta Controls by Set Point All HVAC equipment shall be capable of being monitored and controlled remotely. VFD Control System Fan Start / Stop command Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpomt Control Duct Static Status VFD Command 0% Control VFD Status to 100% Constant Volume Control System Fan Start/ Stop command Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpomt Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpomt Control Duct Static Status Bypass Damper 0% to 100% Control Bypass Damper Status 82000107 11 VAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Mtn Set Point CFM Cooling Max VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max FPBVAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max Fan On Fan Off FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max Fan on Fan off 10. Provide fire spnnklers and fire alarm systems in addition per authority having junsdiction. Add / relocate fire alarm and fire sprinkler systems as necessary in remodel area GC to provide and pay for all engineenng and any costs and fees for permits and inspections for fire alarm and fire sprinkler systems 11 All lighting and power to be per electncal drawings. GC to provide all data boxes and conduits inside the walls with pull stnngs to above accessible ceilings and marked as to location of box 12 Relocate underground utilities as shown on drawings including gas, fire hydrant and sewer 13 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 14. Remove and properly dispose of all trash generated by construction activities off site 15 The project will be permitted through the Weld County budding department Fees for permits will be waived 16 No bid bond is required for this project. , 17. Davis -Bacon and Buy Amencan requirements are NOT required. 18 Bids over $50,000 will require a payment (100%) and performance (100%) bond 19 Based on a contract being ready on May 25TH, provide the completion date for this project B2000107 n 12 Fees: Provide an attached list of all monthly general condition items and their associated costs. This will be used for determining actual costs for claims of delays caused by the owner. These should include any costs that the contractor would incur because of a delay. Please provide a total monthly cost in the space provided at the bottom of this page as well as a separate breakout attachment. 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 delays or additional scope added to the project. Date of this Bid March 25, 2020 Advertisement Date March 25, 2020 Pre -bid Conference April 8, 2020 Proposals Are Due April 24, 2020 Contract Award Notice May 12, 2020 Construction start Immediately upon receipt of signed contract Completion November 15, 2020 PRE -BID CONFERENCE: APRIL 8, 2020 @ 1:00PM — VIA A SKYPE CONFERENCE CALL: To join call: PHONE NUMBER: +1 (720) 439-5261 CONFERENCE ID: 231542461 BIDS WILL BE RECEIVED UP TO, BUT NO LATER THAN 10:00 AM ON APRIL 24, 2020 {WELD COUNTY PURCHASING TIME CLOG SEE ADDENDUM #1 FOR MORE INFORMATION. BIB OPENING: APRIL 24, 2020 @ 10:OOAM - VIA A SKYPE CONFERENCE CALL: To join call: PHONE NUMBER: +1 (72_0) 439-5261 CONFERENCE ID: 172734093 TOTAL $ ADDITIONAL MONTHLY GENERAL CONDITIONS $ COMPLETION DATE B2000107 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B2000107. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO SIGNATURE DATE FAX TAX ID # E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 -10. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director B2000107 14 Public Works Addition B2000107 Questions & Answers Posted 04/17/20 1) Question: Is there a soils report for this project? Answer: Soils report has been posted to BidNet. 2) Question: Signage — where are we putting up room signage? Answer: See signage specifications section 10 1423.16. 3) Question: P3.2 fire location, bring from existing building. What is the ceiling in that existing building? Answer: There is no ceiling in the portion of the building that the new fire line will be run in. 4) Question: A3.2 shows dashed lines at walls in restrooms, janitor and electrical IT, conference rooms. What does this mean? Answer: See addition floor plan general notes note #5. 5} Question: A10.1 window schedule says window A but all the windows are identified in drawings as SF -1. Are they HM or aluminum? Answer: Ail windows are aluminum storefront. The SF -2 window is storefront used inside at the reception desk. 6) Question: Drawing states to match doors (A10/1), Can we get a picture of the doors or a picture of the label? Answer: Doors are oak with a stained finish to match existing in that building. 7) Question: The admin area we are remodeling, will that building be occupied during the remodel? Answer: The building will be occupied and will need to be open for business. Some of the demolition and construction may need to be done during off hours. 8) Question: It states we need to field verify existing utilities. Do we need to pothole? Answer: If potholing is necessary to locate utilities then you will need to pothole. 9) Question: Is batt insulation required in all wall types? Answer: Yes. 10) Question: Ceiling notes: New blown in insulation to be 3" thick in attic space. Does this apply to this project? Answer: Disregard blown in insulation note. 11) Question: A10.1 window schedule says detail for sill is 8/A10.0. There is no A10.0 drawing. On drawing A/10.1 there is no detail 8. Answer: Eliminate the Window Schedule and Window notes from Sheet A10.1. All of the windows are either storefront window SF -1 or SF -2. 12) Question Drawing A4.1 detail 7, is the counter just on the one wall or will it also be at the other window in that office? Also detail 7/A4.1 says window is FSW-2 but drawing 1/A3.1 shows it as FS -1. Which type of window is required? Answer: Both SF -1 windows in OFFICE 103(R) should have a counter. The two windows at OFFICE 103(R) should be the SF -2 windows. 13) Question: On the hardware do you want per specs or can it be equivalent / equal to alternate Answer: Per specs. 14) Question: Drawing A3.4 detail 2/A7.2. The detail shows the ceiling to be ACP on one side the other to be 2 layers of gyp. A3.4 shows area as ACP. Clarify the ceiling types. Answer: CONFERENCE 113 and WORK AREA 119 both have ACP ceilings. The 2 layers of gypsum board seen in Detail 2/A7.2 occurs above the ACP ceiling and serves to acoustically separate the space below from the noise generated by the RTU. Refer to Detail 1/A7.2 for more detail. 15) Question: Verify if testing and special inspections are to be carried by GC or owner. Answer: Owner will be responsible for all special testing and inspections. GC shall be responsible for coordinating and scheduling tests and inspections with owners testing agency. 16) Question: Please verify if badging or background checks will be required for work in this building. Answer: No badging or background checks will be required. 17) Question: Who is the existing fire sprinkler contractor? Answer: We do not have a designated fire sprinkler contractor. 18) Question: Will low voltage be carried by owner? Answer: Owner will provide and install all data and phone cabling and all prox card access wiring and systems. Any other low voltage on the project will be by the GC. 19) Question: Will fire alarm be carried by GC or owner? If GC please provide required subcontractor information. Answer: GC to provide complete fire alarm system. Owner does not have a designated fire alarm contractor. 20j Question: C1.0 — What is existing asphalt paving section? Answer: Existing asphalt section is 4" asphalt only. 21) Question: C2.0 — Plan does not show the SE -1 (1) and SE -2 (2). Per P3.0 — 2202 they are to be placed ^'12' outside of the building. Please provide specific location, and sanitary line routing / connection point. This is critical to ensure operational use of the main building is maintained. Answer: See revised civil and plumbing drawings showing sewer location details. 22) Question: A radon vent pipe is shown. Is a radon removal system required on this building? Answer: Refer to detail 2/A3.3 — Remove reference to radon. 23j Question: A3.4 — Note 6 references repair. Where would this apply? Answer: Refer to sheet A3.4 — ceiling notes — Eliminate note 6. 24) Question: A3.5 — Note 8 references roof insulation to be 3" blown in at attic. Where would this apply? Answer: A3.1— Ceiling Notes — Delete note 6. A3.4 — Ceiling Notes — Eliminate note 8. 25) Question: Spec — 011000 —1.06-B-1 & 2. Confirm carpet and base product requirements and verify if concrete moisture testing is to be carried by GC or owner. Answer: Any concrete moisture testing under owner furnished and installed flooring will be by owner. Any moisture testing under flooring provided by GC will be by GC. 26) Question: Spec — 015000-2.01-C. Please verify where fire retardant polyethylene sheeting would be required. Answer: This spec section is for temporary facilities and controls. It will be up to the GC to determine if this sheeting will be needed and where to use it. 27) Question: Spec — 015000-2.03-B. Please confirm building HVAC units will be authorized for conditioning of the space during construction, at what phase of construction? Answer: The permanent HVAC systems will not be used during general construction operations. They may at the owners option be turned on once flooring is being installed. Temporary heating and cooling systems will need to be used. 28) Question: Spec — 015000-2.03-C. Air filtration units required to run continuously. Please verify this is required, and if so at what phase of construction. Answer: This spec section is for temporary facilities and controls. It will be up to the GC to determine if these air filtration units will be needed and where to use them. 29) Question: Spec — 015000 - 3.03 - J. Please verify a computer is required in job site trailer. Answer: The owner will not require a computer at the jobsite trailer, but some means of receiving emails and other communications will be necessary. 30) Question: Spec — 015000 — 3.05 - E & F. Please provide a layout of designated areas for parking, storage and staging. Answer: We will not provide a layout prior to bid opening. There is plenty of room in the parking lot for everything. Some laydown and storage areas may need to be located a little way away from the construction site. This can all be worked out once contractor is on site 31) Question: Spec - 015000 — 3.05 — G. Please verify if third party pest control is required Answer: Pest control will not be required. 32) Question: Spec - 024119 —1.09 — A. There will be a portion of the work that will impact existing workspaces (doors / plumbing / electrical / etc.). Please confirm this note does not apply. Answer: There will be two locations that will be adjacent to owners' operations: One will be the lobby area and the other will be the vehicle bays in the shop area. The lobby will need to maintain business operations during construction. Truck bays will need to be available to park trucks at the end of the day. 33) Question: Spec - 024119 -1.06 - A & 3.01— C. Confirm if engineered survey of condition of building is to be completed by owner or GC. Answer: if required, owner will provide survey. 34) Question: Spec — 042200 —1.07 -- A Can the sample panel be considered part of the work and incorporated into the work once approved? Answer: Yes. 35) Spec — 087100 — 2.08 Are card readers and access control systems to be provided by owner or GC. Answer: Owner will provide and install card readers, door position switches and cabling. GC will be responsible for electric strikes in door frames per the hardware schedule, boxes in wall to mount card reader with conduit and pull string to accessible location and conduits at door frame for electric strike and door position switches to accessible locations with pull strings. 36} Question: There are lots of spec sections listed in the contents, but they are not included. Please issue these sections. Answer: Please see re -issued volume 2 of the specs. 37) Question: Sheet M3.3 is not listed in the drawing index, and sheet M3.4 is listed but not provided. Answer: Correct Drawing index to eliminate M3.4 Addition Mechanical Roof Plan, and replace with M3.3 Addition Mechanical Roof Plan. 38} Question: The finish schedule is incomplete. Do we assume that the scope is the entire floor plan as shown on sheet A9.2, carpet, walk off tile and tile? Or is the scope only the tile in 107 men's restroom and 108 women's restroom as currently filled in on the schedule. Answer: The finish plan legend on page A9.2 shows carpet and walk of carpet in all other areas of the building as owner furnished and installed. 39) Question: The only flooring specification in the spec section is for tile. Do you have a carpet and walk off carpet spec? Answer: All carpet and walk off carpet is owner furnished and installed 40) Question: Is the first -floor administration plan on sheet A3.1 work that is in addition to the work showing on sheet A9.2? Answer: Yes 41} Question: Where is the fire riser room in the existing facility? Answer: See existing building site plan showing approximate locations of fire riser room and electrical room attached. 42) Question: Substitution request for Foam Control Plus +250 has been submitted. Answfer: Foam Control Plus +250 is and acceptable substitute for EPS products. 43) Question: Substitution requests for Versico roofing products and for Mulehide roofing products have been submitted. Answer: As per the specs, Carlisle SynTec and Firestone are the only two acceptable roofing manufacturers. Mulehide and Versico are not acceptable. 44) Question: Drawing A10.1 shows 1— 2" insulation then vapor barrier then slab. The structural drawings do not call out the 1— 2" insulation. Is it required? Answer: Yes, 2" of foundation insulation will be required as shown. 45) Question: Doors 101, 102, 103 are to be re -used frames / doors from demo? New hardware? Door schedule calls for new frames / doors. Answer: Yes, doors, frames and hardware are all new. Please see revised hardware set 5.2, 7.0 and 9.0. 46) Question: Are we to assume for bidding purposes, the existing water service for the sprinkler in the building can adequately handle the new fire sprinkler system for the addition? Answer: Yes 47) Question: Where is the existing electrical room that provides power for this addition located. Answer: See existing building site plan showing approximate locations of fire riser room and electrical room. 48) Question: Are there any existing as-builts of the existing fire sprinkler system within the existing building Answer: No. 49) Question: Vestibule 001, 002, 003 and 004 on finish schedule call seal concrete. finish floor plan shows tile. What is the floor finish in the vestibule? Answer: Per the finish plan legend on sheet A9.2, these four vestibules will receive owner furnished and installed walk -off carpet. 50) Question: Spec section 095113 paragraph 2.03A identifies the acoustical ceiling panel as "Ultima" 2'x4'x3/4" with an NRC not less than 0.80. However, if you look at the attached data sheet you will see that the 3/4" thick panel only has an NRC of 0.75. Can you verify that the panel to be used is the #1943 2'(4'x7/8" which does have the required NRC Answer: The %" thick panel with 0.75 NRC will be acceptable. 51) Question: Could you verify the size and material of the existing fire hydrant line? Answer: According to the original plans it should be 6" DIP. Contractor will need to verify this prior to ordering materials. 52) Question: What is the length of the feed from the main distribution panel to panel NH1A? Answer: See existing building site plan showing approximate locations of fire riser room and electrical room attached. 53) Question: What is the manufacturer of the main distribution panel? Answer: GE 54) Question: What is the location of panel LB which feeds the door closer in the administration area? Answer; See existing building site plan showing approximate locations of fire riser room and electrical room attached. 55) Question: What is the manufacturer of panel LB? AnsvAfer: GE 56) Question: What is the AIC rating of panel LB Ansvver: Unknown 57) Question: Should we provide a generator for our field office or will we be able to pull power from somewhere close to the lay down area? Answer: Temporary power will need to be run from the existing electrical room to the rew addition. If this will be sufficient to power an office trailer it may be used. 58) Question: Do you have an as -built set of plans for existing duct work in the administration area. Answer: No. 59) Question: According to spec section 05 1200, the supplier of the steel needs to be an AISC Certified Plant, but does the erector need to be AISC certified, or just install according to AISC standards? Answer: Steel fabricator will need to be AISC certified, Erector will need to follow AISC guidelines. 60) Are the storefront windows in office 103 (R) supposed to be SF -2? Answer: Yes. 61) Question: 10/S3.1 shows 2" rigid insulation below slab perimeter. What is the width of this insulation? Answer: The 2" thick under slab insulation is to extend into the building 2'-0". 62) Question: Is there an existing 300A main breaker in the MDP? Answer: No. Breaker will need to be new. 63) Question: Bollard foundations not specified on the plans. Should I assume 18" or 24" Dia and 36" depth? (There are 4 bollards surrounding the relocated fire hydrant on the site civil plan). Answer: See bollard detail attached. 64) Sidewalk: a. Depth? (Guessing 4") b. PSI? (4000 like for structural concrete?) c. Reinforcement? (Fiber mesh?) Answer: See page CD2.0 / Sidewalk with turned down edge detail. 65) Curb & Gutter along the new sidewalk? (There is a note about the sidewalk transitioning from 0" to 6" but not really any specific reference to curb and gutter). Answer: See page CD2.0 / Sidewalk with turned down edge detail 66) Question: For the relocating of the gas line. Won't that need to be done by gas company? What scope do you want the included in this bid? Answer: GC to schedule and coordinate gas company to move the gas line. Owner to pay all utility company relocation fees. 67) Question: Who is the manufacturer of the current fire alarm system? Answer: Silent Knight 68) Question: Can we get a sample contract for review? Answer: See sample contract posted to BidNet. 69) Question: The railings for the ramps, there are details on CD2.0. The Civil drawings are hard to tell the railings. C1.O. Need railings at all 4 exit doors? Answer: Railings are shown at doors V003A and V004A. 70) Question: Are all the ramps 5' in length? Again C1.0 is hard to read. Answer: Refer to C1.0. Handrails and spot elevations are labeled. 71) Question: The 2 doors closets to the existing building, does the ramp go both directions? Answer: Refer to C1.0. Handrails and spot elevations are labeled. 72) Question: Drw P3.3, can you clarify the distance the 3/" gas line is running? Answer: Gas meter is located on the west side of the administration portion of the building. Note 2400 on P3.3 details the route of the new gas line. Contractor to verify the distance from the gas line to the RTU. 73) There is a spec section 12 3216 for Manufactured Plastic Laminate Clad Casework. It points out drawers, hardware, edge banding, but there is nothing shown on the drawings for any kind of casework. Please provide drawings for the casework and provide the location of installation. Answer: Disregard Spec section 12 3216 for Manufactured Plastic Laminate Clad Casework. There is no casework on the project. Bollard detail DOMED CONCRETE PAINTED YELLOW 6" DIAMETER STEEL PIPE FILLED WITH CONCRETE AND PAINTED YELLOW SLOPE TOP OF CONCRETE EXISTING PAVING. PATCH TO MATCH ADJACENT SURFACES. AGGREGATE. SEE CIVIL CONCRETE BASE 'i I It t 0 BOLLARD SECTION 2 NO SCALE Location of existing electrical room, fire riser room and panel LB f-�F PUBJC NORKS •proximate bcation of electrical room I pproximote location of fire riser room. .Approximate location of panel LB, s Approximate location of pas meter Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Public Works Administration Building Addition This project consists of building an addition to the west side of the existing Public Works administration building and remodeling of the existing lobby area at 1111 H Street. Scope of work: This project will consist of general contractor performing renovations and an addition to the existing building. In addition to plans and specifications (attached) that detail the scope, work shall include: 1. Remove existing walls, flooring, ceilings, support structures and lighting as necessary to construct new lobby and new office addition. 2. Provide grading, site concrete and asphalt patching as necessary. 3. Construct walls as shown on drawings. 4. Provide new doors, frames and hardware as specified. 5. Repair/ replace acoustical ceilings that have been disturbed during construction. 6. Install new casework in break areas and restrooms as shown on drawings. 7. Paint all walls, hard ceilings, door and steel window frames and railings throughout the building. 8. Provide and install all masonry, structural steel, foundations and interior finishes. 9. Install new ducts, louvers and grilles per mechanical drawings. All mechanical systems controls shall be Delta Controls by Set Point. All HVAC equipment shall be capable of being monitored and controlled remotely. VFD Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status VFD Command 0% to 100% Control VFD Status Constant Volume Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status Bypass Damper 0% to 100% Control Bypass Damper Status B2000107 11 VAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. FPBVAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan On Fan Off FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off 10. Provide fire sprinklers and fire alarm systems in addition per authority having jurisdiction. Add / relocate fire alarm and fire sprinkler systems as necessary in remodel area. GC to provide and pay for all engineering and any costs and fees for permits and inspections for fire alarm and fire sprinkler systems. 11. All lighting and power to be per electrical drawings. GC to provide all data boxes and conduits inside the walls with pull strings to above accessible ceilings and marked as to location of box. 12. Relocate underground utilities as shown on drawings including gas, fire hydrant and sewer. 13. 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. 14. Remove and properly dispose of all trash generated by construction activities off site. 15. The project will be permitted through the Weld County building department. Fees for permits will be waived. 16. No bid bond is required for this project. 17. Davis -Bacon and Buy American requirements are NOT required. 18. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 19. Based on a contract being ready on May 25TH, provide the completion date for this project. 82000107 12 Fees: Provide an attached list of all monthly general condition items and their associated costs. This will be used for determining actual costs for claims of delays caused by the owner. These should include any costs that the contractor would incur because of a delay. Please provide a total monthly cost in the space provided at the bottom of this page as well as a separate breakout attachment. 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 delays or additional scope added to the project. Date of this Bid March 25, 2020 Advertisement Date March 25, 2020 Pre -bid Conference April 8, 2020 Proposals Are Due April 24, 2020 Contract Award Notice May 12, 2020 Construction start Immediately upon receipt of signed contract Completion November 15, 2020 PRE -BID CONFERENCE: APRIL 8, 2020 @ 1:00PM - VIA A SKYPE CONFERENCE CALL: To join call: PHONE NUMBER: +1 (720) 439-5261 CONFERENCE ID: 231542461 BIDS WILL BE RECEIVED UP TO, BUT NO LATER THAN 10:00 AM ON APRIL 24, 2020 (WELD COUNTY PURCHASING TIME CLOCK). SEE ADDENDUM #1 FOR MORE INFORMATION. BID OPENING: APRIL 24, 2020 @ 10:00AM - VIA A SKYPE CONFERENCE CALL: To join call: PHONE NUMBER: +1 (720) 439-5261 CONFERENCE ID: 172734098 TOTAL $ 1,685,778 ADDITIONAL MONTHLY GENERAL CONDITIONS $ 12,549 COMPLETION DATE November 15, 2020 B2000107 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #82000107. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Swift Builders, LLC BY Evan Swift, Derek Cohen (Please print) BUSINESS ADDRESS 2000 South College Avenue, Suite 310 CITY, STATE, ZIP CODE Fort Collins, CO 80525 DATE 4.24.2020 TELEPHONE NO 970.8x,.9300 FAX TAX ID # 61-1777918 c SIGNATURE /u2.rj E-MAIL Evans@swiftbuildersllc.com **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 -10. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director B2000107 14 ADDENDUM#1 BID REQUEST B2000107 PUBLIC WORKS ADDITION Due to the recent events surrounding the Coronavirus (COVID-19) pandemic, the Weld County Government lobbies are now closed to the public. Many of us are now teleworking or may be required to in the very near future. With that said, the following changes have been made to our current bid process until future notice: 1. No hard copies of bids will be accepted. 2. If multiple copies of the bid were requested per the original bid specifications, please disregard. Only one electronic copy is needed. 3. Email bids to ,ua ,.O:,c-,1cip� , cam. If your bid exceeds 25MB please upload your bid to :_ :.1, __.._ u_.:; c, t__u;r. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. 4. Pre -Bid meetings and Bid Openings will now be held via a Skype Conference call. See call information below: ,k-- Irl CONFF.R.7.NLF. • t� F�1i.. S, 2020 h`r, 1 UfSPM -- A. :.;'r,. (PF t ONFFE Ni":,:E CAI f To join call: PHONE NUMBER: 1 CONFERENCE ID: .ID AP.!- Is 24. 202E (i-i0:O0.: M — r`1.=- A ::gin. r;..,C To join call: PHONE NUMBER: - 1 CONFERENCE ID: '! ***We need si ned coin on file. Thank Youl*** n Addendum received by: i►1 rf f" 1? J ; (Jets; IAZ. FIRM jt)60 CJ ��'ql� Atk S'. zit ADDRESS for+ Cools,, ct B�SzS� CITY AND STATE 4„vice",, fug', ' BY f vayISeSwfft$0►Idefil i, Co" EMAIL MARCH 25, 2020 ADDENDUM#2 BID REQUEST NO. B2000107 B2000107 — Public Works Addition Buildings & Grounds Dept. Specifications and addenda # l state that the pre -bid meeting for this project will be conducted via a Skype conference call. This will be changed to a mandatory meeting at the project site to permit bidders to view the building and work area. We will meet outside in the parking lot and maintain current physical social distancing guidelines. Anyone that needs to see the interior spaces of the existing building will be taken in in smaller groups to maintain social distancing. Please meet at the west end of the Public Works building located at 1111 H Street, Greeley, CO (outside the building). Therefore, the bid specifications needs to be amended as follows: 1. On page one (1) amend to the following: A pre -bid conference will be held at 1:00 PM. on April 8.2020 to respond to written and oral questions and to provide any needed additional instruction to Architectural, Engineering and General Contracting firms on the submission of bids. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on Anil 24, 2020 (Weld County Purchasing Time Clock). "PLEASE NOTE. Due to the recent events surroiinclirig the Coronavirus (COVID-13) pandemic:, the Weld County Governmenl lobbies are now closed to the public. :3,ANDAr (12-N CE.; � �� i��i�! �i ��_ r � • conference call for the pre -bid is cancelled as an option. Same date and time. u�u yr Eiinvv. The ii;ivieini i3 n .rnyNV cUulGiC:rei....: eau as Addendum #1 (directions for Skype c<tllingj. 2. On page thirteen (13) delete the following: PRE -B10 CONFERENCE: -A4 !'"'1L-8. 2020 < 'l :00PM —"UTA A SKY -RE CONFERENCE CALL: To join call. . 2t) . CONFERENCE ID: ***We need signed copy on file. Thank You!*** Addendum received by: March 31, 2020 5u, eft Zu FIRM zoo?) c At, s� sic ADDRESS ' �f- grser- CITY AND STATE efitSQL-R— F i/4n S• � S� t�txBv 1 I�%� c�.��. EMAIL ADDENDUM#3 BID REQUEST NO. B2000107 B2000107 — Public Works addition Buildings & Grounds Dept. 1) Volume 2 of the specifications was issued without several of the sections included. Please replace existing specifications volume 2 with revised volume 2 posted to BidNet. 2) Hardware sets in spec section 087100 are incomplete. See revised hardware sets below: Set: 5.2 Doors: I W r i' i I O'( I: 1 3 Hinge I Electric Strike 1 Storeroom Lock 1 Final Keyed Core 1 Surface Closer I Kick Plate 1 Wall Stop 3 Silencer 1 Card Reader 1 Door Position Switch 1 Power Supply Set: 7.0 Doors: 3 Hinge 1 Passage Set 1 Wall Stop 3 Silencer Set: 9.0 Doors: Conference x 2 doors 1 Electric Strike 1 Card Reader I Door Position Switch I Power Supply ,), \I h c•-•!, X11. By owner By owner By owner By owner By owner By owner US26D MK 630 HS 4 626 FA 626 BE 689 NO US32D RO US26D RO RO OT OT OT US26D MK 626 FA US26D RO RO 630 HS 4 OT OT OT 3) Specifications did not ask for contractor to supply a builder's risk policy. Successful contractor will need to supply a builder's risk policy in the amount of the completed work. 4) There is a conflict between civil drawings and plumbing drawings regarding the sewer line tie in location. See revised plumbing and civil drawings. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on April 24.2020 (Weld County Purchasing Time Clock). n 'C NOTE -7 r Y 1,4J iG t.c;iin,y 2J`i`i °ti}tt1" 14 tG�7["}1i;7 :�P4' It:TP/ ;.1 1-`it,tt,k3 eciTlcat,r) l-; assn: odetwuits �%( It{1` .ilC)i�b ;�7"s' �h{E;1- [;j (10',U) ***We need signed copy on file. Thank. You!*** Addendum received by: April 17, 2020 7-600 CA -I ADDRESS f `;rf- �` l�iw4� gays - CITY AND STATE fa c ,-r+ BY forks 'ef,Sti►f+.puikiers`l-I.C: COOT EMAIL ADDRESS ADDENDUM#4 BID REQUEST NO. B2000107 B2000107 — Public Works addition Buildings & Grounds Dept. 1) Delete sheet M5.1 of the mechanical drawings. Replace deleted sheet M5.1 with new sheet M5.1 attached. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on April 24, 2020 (Weld County Purchasing Time Clock). —PLEASE NOTE Due to the rcrcont events surroundinn the Corcnaviros ICOVID-191 pandemic, the. Weld County Government lohhies ate now closed to the public. 8!D OPENING. The bid opening remain as a skype conference call as identttied OH Page 13 and ***We need signed copy on file. Thank You!*** Addendum received by: April 2 L 2020 SlvlFC t1• , Weis � GI- C. - FIRM 20o0 C ADDRESS r�I �t l�✓ j 31O A frt- a i i;,, r 6 t oici,J CITY AND STATE Evan chi ,f . BY 4iSR Shlcrt-gu l iders LAC . cos, EMAIL 21 I SWIFT aulLDERs.u_c Weld County Public Works Addition Monthly General Condition Costs Item Description 1 Labor 2 3 4 5 6 7 8 9 10 11 12 Trucks/Fuel Plan Reproduction Office Supplies Telephone Toilet Rental Safety Temp Fencing Job Trailer Rental Small Tools Progress Cleaning Dump Fees Cost/Month $9,134 $400 $38 $143 $48 $220 $308 $800 $592 $367 $366 133 Total $12,549/month Swift Builders, LLC Public Works Addition 1111 H Street Greeley, CO List of Proposed Subcontractors Item Surveying Excavation/Utilities Asphalt Paving Concrete Masonry Steel Countertops Roofing Door and Hardware Storefront Framing and Drywall Floor Covering Acoustical Ceiling Painting Stucco Specialties Fire Protection Plumbing HVAC Electrical Subcontractor Washburn Land Surveying Trans -Colorado Excavation, LLC Martin Marietta Pierson Concrete White Mountain Enterprises Ridge Erection Construction Design Arapahoe Roofing Collins Door and Hardware Aglasco Copper Spring Solutions Commercial Flooring Accurate Acoustics Painting Plus Solution Wall Systems Dynamic Specialties Flow Fire Protection Top Notch Plumbing Central Heating and Air Conditioning LLC Winterhawk Electric Address 3621 Muskrat Creek Drive, Fort Collins, CO 80528 541 E. Garden Dr. Unit 5, Windsor, CO 80550 925 North 35th Avenue, Greeley, CO 80631 250 Barberry Place, Loveland, CO 80537 1762 Denver Avenue, Ft Lupton, CO 80621 525 Marshall Street, Suite 207, Arvada, CO 80002 820 South Monaco Parkway #292 1501 South Arthur Avenue, Louisville, CO 80027 394 Delozier Drive, Fort Collins, CO 80524 PO Box 1259, Wellington, CO 80549 2649 E. Mulberry St # 7, Fort Collins, CO 80524 500 W, 71st Street, Loveland, CO 80538 7200 Lakeview Ct, Windsor, CO 80550 7464 Arapahoe Road, Suite A7, Boulder, CO 80303 907 30th Street, Greeley, CO 80634 PO Box 3118, Loveland, CO 80539 3054 Lake Canal Ct, Unit 100, Fort Collins, CO 80525 3620 W.10th Street, Unit 8322, Greeley, CO 80634 4611 W 21st Street Circle, Greeley, CO 80634 2601 S Lemay Ave, Suite 7-431, Fort Collins, CO 80525 Contact Name Phone Number Chad Washburn 970.232.9645 Kevin Ruey 970.330.6245 Preston Pierson 970.407.3640 Luke Bemhardt 970.221.1509 Rick Sheme 720.951.6403 Troy Price 303.422.0622 Michelle Weissman 303.898.1276 James Henneke 303.466.7386 Kelly Heath 970.221.2396 Sue Nitchen 970.224.1458 Jim Kruse 970.282.9103 Michael Fowler 970.612.8300 Larry Weyrich 970.227.5354 Scott Kunz 303.449.2724 Kevin Martinez 970.230.5404 Natalya Mezentseva 970.663.0377 Tony Lyman 970.494.1817 Matt Tipton 970.567.2890 Keith Humphrles 970.324.9713 Alan Lowther 720.382.6341 �i Form W-9 (Rev. August 2013) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. Name (as shown on your income tax return) 5e.1 I FT gt/tt.VER5 , LLL Business name/disregarded entity name, if different from above Check appropriate box for federal tax classification: ❑ Indlvidual/sota proprietor ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ► P ❑ Other (see instructions) ► Address (number, street, and apt, or suite no.) 200O S • Cou-E6t AfE4 Sar ) TE 3) 0 City, state, and ZIP code roAf 61.2.)14s, to tos 25 Ust account number(s) here (optional) Exemptions (see instructions): Exempt payee code (if any)_ Exemption from FATCA reporting code (if any) Requester's name and address (optlonag Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, It is your employer Identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account Is in more than one name, see the chart on page 4 for guidelines on whose number to enter. Social security number Employer Identfllcation number ti 7 7 9 t Part II Certification Under penalties of perjury, l certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b)1 have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that 1 am no longer subject to backup withholding, and 3. I am a U,S. citizen or other U.S. person (defined below), and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the Instructions on page 3. Sign Here Signature of U.S. person ► uar�, General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. The IRS has created a page on IRS.gov for information about Form W-9, at www.lrs.gov/w9. Information about any future devetopmenta affecting Form W9 (such as legislation enacted after we release It) will be posted on that page. Purpose of Form A person who U required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) to report. for example, Income paid to you, payments made to you In settlement of payment card and third party network transactions, real estate transactions, mortgage Interest you paid, acquisition or abandonment of secured property, cancellation of debt, or =Unbuttons you made to an IRA. Use Fawn W-9 only if you are a U.S. person (Inckidktg a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving Is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholcting If you are a U.S. exempt payee. If applicable. you are also certifying that as a U.S. person, any partnership income froma no U.S trade or business Es not subject tur o share of o the Date to 02)21- 2019 withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered on this form (If any) indicating that you are exempt from the FATCA reporting. is correct. Note. If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's fpm if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States. • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). Spada! rules for pertnerstdpe. Partnerships that conduct a trade or business In the United States are generally required to pay a wrthhaiding tax under section 1446 on any foreign partners' share of effectively connected taxable income from such business. Further. In certain cases where a Form W-9 has not been received, the rules under section 1446 require a partnership to presume that a partner is a foreign person, and pay the section 1446 withholding tat. Therefore. if you ere a U.S. person that Is a painter in a partnership conducting a trade or business In the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership income. Cat. No. 10231X Form W-9 (Rev. 8-2013) ACORO® CERTIFICATE OF LIABILITY INSURANCE �..-----. DATE (MM/DDNYYY) 05/18/2020 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 Brown & Brown of Colorado, Inc. 4532 Boardwalk Dr., Suite 200 Fort Collins CO 80525 CONTACT Bradley Stubblefield NAME: PHONE (970) 482-7747 I FAX (970) 484-4165 (A/C, No, Ezt): (NC, No): E-MAIL certificates@bbcolorado.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC N INSURER : CM Vantage Specialty Insurance Company INSURED Swift Builders LLC P. O. Box 272430 Fort Collins CO 80527 INSURER B : Westfield Insurance Company 24112 INSURER c : Pinnacol Assurance 41190 INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 19/20 master 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1�7R TYPE OF INSURANCE NSD WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY)• POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CMBPLI001516401 09/01/2019 09/01/2020 EACH OCCURRENCE $ 1 ,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 300,000 $ MED EXP (Any one person) $ Excluded PERSONAL &ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES PRO JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS $ 2,000,000 $ B AUTOMOBILE X _ _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY CWP4909030 09/01/2019 09/01/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N Y N/A 4195670 09/01/2019 09/01/2020 X PER STATUTE OH ER E.L. EACH ACCIDENT 1 000 000 $ ,, E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1 0,00 000 $ , B Leased/Rented Equipment CWP4909030 09/01/2019 09/01/2020 Limit Deductible 35,000 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Additional insured and waiver of subrogation apply if required by written contract per forms and conditions on page 2. CERTIFICATE HOLDER CANCELLATION Weld County Buildings & Grounds 1105 H 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 AGENCY CUSTOMER ID: 00313440 LOC #: ACORD `..+/ ADDITIONAL REMARKS SCHEDULE Page of AGENCY Brown & Brown of Colorado, Inc. NAMED INSURED Swift Builders LLC POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes If required by written contract, the following blanket endorsements apply: General Liability: CG2010 (04/13) -Additinoal Insured Ongoing Operations CG2037 (04/13) -Additional Insured Completed Operations PLI5240 (06/16) -Additional Insured Primary and Noncontributory CG2404 (05/09) - Waiver of Transfer of Rights of Recovery Against Others Auto Liability: CA7078 (10/13) -Additional Insured by Contract, Agreement or Permit CA0444 (10/13) - Waiver of Transfer of Rights of Recovery Against Others ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* SWIFT BUILDERS LLC New Contract Request Contract Name* PUBLIC WORKS BUILDING ADDITION Contract Status CTB REVIEW Entity ID* @00040607 Contract Description* PUBLIC WORKS ADMINISTRATIVE BUILDING ADDITION Contract Desorption 2 Contract Type* CONTRACT Amount $1.685, 778.00 Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgovco m Department Head Email CM-BuildingGrounds- DeptHead@eldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV COM Contract ID 3648 Contract Lead* SGEESAMAN ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project # sgeesaman@co.weld.co.us Requested BOCC Agenda Date* 05120/2020 Due Date 0516/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept_ to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Termination Notice Period Review Date* 12/31/2020 Renewal Date Committed Delivery Date Expiration Date* 12131/2020 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 05118!2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05127/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 05/19/2020 Tyler Ref* AG 052720 Legal Counsel BOB CHOATE Legal Counsel Approved Date 05/19/2020 Submit DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 28, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Public Works addition - #B2000107 As advertised this bid is to build an addition on the west end of the public works building. The low bid from Swift Builders LLC. meet specifications. Therefore, Buildings & Grounds is recommending awarding to Swift Builders LLC. in the amount of $1,685,778.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 2r�2©- t-.03 os/r1 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmoetersta'�.weldoov.com E-mail: reveretta( )weldgov.com E-mail: rturfaweldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: APRIL 24, 2020 REQUEST FOR: PUBLIC WORKS ADDITION DEPARTMENT: BUILDINGS & GROUNDS BID NO: #82000107 PRESENT DATE: APRIL 27, 2020 APPROVAL DATE: MAY 11, 2020 ADD'L MONTHLY COMPLETION VENDOR TOTAL GENERAL CONDITIONS DATE SWIFT BUILDERS, LLC $1,685,778.00 $12,549.00 2000 S COLLEGE AVE, STE 310 FT COLLINS, CO 80525 MCCAULEY CONSTRUCTORS $1,708,000.00 $20,000.00 650 INNOVATION CIR WINDSOR, CO 80550 AMERICAN CONSTRUCTION SERVICES, LLC $1,735,579.00 $14,561.00 1905 W 8TH ST, STE 215 LOVELAND, CO 80537 TCC CORPORATION $1,749,040.00 $19,967.00 609 GRYFALCON CT, UNIT D WINDSOR, CO 80550 GROWLING BEAR CO INC $1,779,926.00 $24,583.00 2330 4TH AVE GREELEY, CO 80631 7 11/15/20 11/20/20 based on 05/18/20 start date 11/15/20 120 days after executed contract 11/15/20 o2cb2o - /0203 a.196.2.A. PAGE 2 REQUEST FOR: PUBLIC WORKS ADDITION DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000107 ADD'L MONTHLY COMPLETION VENDOR TOTAL GENERAL CONDITIONS DATE ROCHE CONSTRUCTORS, INC $1,785,700.00 $40,000.00 361 71ST AVE GREELEY, CO 80634 MARK YOUNG CONSTRUCTION, INC $1,789,155.00 $28,411.00 7200 MILLER PLACE FREDERICK, CO 80504 ELDER CONSTRUCTION, INC $1,818,181.00 $26,841.00 7380 GREENDALE RD, STE A WINDSOR, CO 80550 SAGE DESIGN BUILD LLC $1,833,757.00 $31,557.33 4811 LONETREE DR LOVELAND, CO 80537 SUN CONSTRUCTION $1,918,495.00 $19,400.00 1232 BOSTON AVE LONGMONT, CO 80501 FRANSEN PITTMAN $1,932,250.00 $32,000.00 9563 S KINGSTON CT ENGLEWOOD, CO 80112 RHINOTRAX CONSTRUCTION, INC $2,027,058.00 $17,600.00 1035 COFFMAN ST LONGMONT, CO 80501 GH PHIPPS CONSTRUCTION COMPANY $2,098,229.00 $39,975.00 4800 INNOVATION DR FT COLLINS, CO 80525 11/15/20 12/18/20* 11/13/20 11/15/20 225 calendar days from notice to proceed +14 calendar days to final acceptance 11/13/20 11/15/20 11/06/20 PAGE 3 REQUEST FOR: PUBLIC WORKS ADDITION DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000107 VENDOR AD MILLER SERVICES, INC 7006 S ALTON WAY, E-100 CENTENNIAL, CO 80112 NEW STYLE CONTRACTING PO BOX 474 EASTLAKE, CO 80614 ADD'L MONTHLY COMPLETION TOTAL GENERAL CONDITIONS DATE $2,099,601.13 $22,000.00 11/15/20 $2,255,820.00 $24,086.00 11/15/20 *BASED ON ANTICIPATED LEAD TIMES FOR STEEL JOISTS AND DECK. THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. Hello