Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20210490.tiff
C,c i fl& ttt51431 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 December 1, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Treasurer Office — Remodel; B2100052 During construction, it was determined several store front door operators were not going to provide the desired results the county was expecting to achieve. This change in our construction plan resulted in a credit for the door operators and hardware in the amount of $5,388.00. Therefore, the Facilities Department is recommending approval of the change order/credit in the amount of $5,388.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Consen+Foje�w� rd1t ZUZ1-O 6C� OOZ3 CHANGE ORDER #31O SERVICE AGREEMENT BETWEEN WELD COUNTY AND EDMAN BUILDERS LLC. Date: December 1, 2021 Original Agreement: Weld County document no. 2021-0490 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 495,952.73 Original Contract Amount $ 16,544.00 Previously Approved Change order(s) Amount $ (5,388.00) Current Change Order Amount $ 507,108.73 New Contract Total 4. All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: cI * Date 12-2-2021 Name: Charles A. Pelon Sr. Title: Project Manager - Edman Builders C-4( BOARD OF COUNTY COMMISSIONERS ATTEST: d WELD COUNTY, COLORADO Weld un y Clerk to the B and Deputy Cl to he teve Moreno, Chair �., C 0 8 2021 Page 1 of 1 ,% 90 oZDoZ/ -� Exhibit - Change Order # 3 PROJECT: SCOPE: CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR JOB NO. 2102 Weld County Treasures Office Remodel DATE: 12/1/2021 Final Credit I Returns PROPOSAL #: 03 CONTRACTOR: Edman Builders LLC. REFERENCE: Bulletin No. P.C.D. NO. Field Change R.F.I. # DESCRIPTON: Credit for Hardware Return from Colorado MATERIALS Description TOTAL FOR MATERIALS LABOR Classification Hours Hourly Rate Rate (Fringe x Hrs) Ca-penter $75.00 $0.00 Labor $40.00 $0.00 Sr. Project Manager $130.00 $0.00 Estimator $156.00 $0.00 Site Superintendent $117.00 $0.00 SUBTOTALS $0.00 (2) *If requested, fringe benefit shall be indicated separately under each classification. TOTAL FOR LABOR (Wages & Fringe) (2) + (3) Unit Quantity Unit Price Wages Unit Subtotal $0.00 $0.C0 $0.00 $0.00 $0.00 $0.00 *Fringe SUBTOTAL - Materials & Labor (1) + (4) Overhead & Profit 15.00% of (5) $0.00 (6) Insurance & Taxes of (3) $0.00 (7) Overhead for Ins. & Taxes 20.00% of (7) $0.00 (8) TOTAL - MATERIALS & LABOR (5) + (6) + (7) + (8) $0.00 (9) EQUIPMENT! REIMBURSABLE COSTS (per diem, air fare, etc.) Classification Unit/Day Rate Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR EQUIPMENT I REIMBURSABLE COSTS $0.00 (10) SUBCONTRACTORS 5.00% NAME Amount Markup Subtotal COLORADO DOORWAYS -$5,012.80 $0.00 -$5,012.80 GLASS DOCTOR -$375.00 $0.00 -$375.0D $0.00 $0.03 $0.00 $0.03 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR SUBCONTR. (11a) -$5,387.80 $0.00 (11b) $0.00 (1) (Wage x Hrs.) $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 (3) $0.00 (4) $0.00 (5) TOTAL (MATERIAL, LABOR, EQUIPMENT) (9) + (10) + (11) Bond Fee 2.50% on (12) (G.C. only if Applicable, 1% Maximum) Gross Income Tax 0.000% on (12) + (13) TOTAL FOR CHANGE ORDER (12) + (13) + (14) PROPOSAL BY: Sharon Baltes TITLE: Site Superintendent EXTENSION REQUESTED 0 -$5,387.80 (11) -$5,387.80 (11) -$5,387.80 (12) $0.00 (13) $0.00 (14) -$5,387.80 To nearest $1.00 -$5,388 229 US -287, Fort Collins, CO 80524 ! 6604 1st Avenue W. Williston, ND 58801 CO: (970) 484-32171 ND (701) 774-2287 vwyw.edmanbuilders.com GLASSDOCTOR, We fix your panes!® a neighborly -company Date: 11/07/21 To: Sharon Base Bid: Section: Alternates: Section: Addenda received: No. 6310 W. 101 St. Unit 1 Greeley, CO 80631 Phone: 970 616 3100 FAX: 970 616 3033 Page 1 of I Project: WC Justice Exterior Door HW replacement Description of Work: Replace Hardware on 2 Doors Narrow Stile Panic Pivots Handle and Pull Labor Material Description of Work Amount was in contract bid at beginning of the 2021 year thru No. Amount: Add: Per plans and specifications? x YES NO Bond Rate of % included? YES x NO Furnished and installed? x YES NO Sales Tax included? YES x NO Visited Job Site? x YES NO Signed: Bret King Name: r3re4- KLAe ($375.00) Deduct: New Conbiact Request Enter Information Entity Name' EEDMAN BUILDERS LLC Contract Name 1400 TREASURER REMODEL Contract status E:TR R EW contract Descriptionk CHANCE ORDER #3 CREDIT Contract Description 2 Contract Type CHANGE ORDER Amount* ($5!38&00) Renewable le NO Automatic Renewal Grant 1GA Entity 1O* @0O042305 Department BUILDINGS AND GROUNDS Department Email Cm- RuildingCrounds reldgov.c am Department Head Email CM-BuildllngGrounds- DeptHead@eldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORNEYWELDG OV.COM if this is a renewal enter previous Contract ID ❑ New Entity Contract ID 5431 Contract Lead SC EESAMA_N Contract Lead Email sgeesamanco.weld .co.us Parent Contract ID Requires Roard Approval YES Department Project Requested 80CC Agenda Due Date Date* 12/09/2021 12/113/2021 Will a work session with 8OCC be required? NO Does Contract require uire rchasing Dept. to be include YES Sid/RFP 1* B2100052 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contras Dates Effective Date Review Date * Renewal Date 01/17/2022 Termination i ice Period ci ein, D Expiration Date 0111712022 Contact Information contact infer contact Name Contact Type nt ct Email Contact Phone 1 Contact Phone 2 Purchasmg Puzchastng Approver ROB TURF ApprnvLd Process Purchasing r Date 12/0312021 Department Head Finance Approver Legal Counsel TORY TAYLOR CHRIS €1`O 1 4O 909 CHOATE DH Approved Date Finance 1 CounselApproved Date 12/02/2021 12/03 2021 12/0312021 Final Approval BOCC occ Signed Date OCC Agenda Date 12108/2021 Originator 1 ,A Tyler Ref AG 120821 Nr4yact sz�+s FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 September 14, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Treasurer Office Remodel — Change Order 2; B2100052 During construction, the following issues were discovered, and a change order is warranted to achieve the necessary corrections: 1. Exhibit A — The construction plans did not contain wall details for the new drop box location. The most economical solution is to completely remove the 4' x 8' window and fill in the exterior area with brick. The cost of this work is $5,665.00 2. Exhibit B — The construction plans did not identify door hardware for a set of double doors being installed. The cost of this hardware is partially offset by a credit for deleting several doors and frames during the construction process. The cost of this work is $3,905.00 3. Exhibit C - It was discovered that a drain in the employee break area need to be lowered to accommodate the installed undermount sinks. The cost of this change is partially offset by a credit from the plumbing contractor for parts provided and installed by Weld County Facilities Department. The cost of this work is $121.00 4. Exhibit D - The plans called to re -use the ceiling grid and mirrors in the public bathrooms. Due to condition of ceiling grid and mirrors, this was not possible and new grid and mirrors are required. The cost of this work is $4,814.00 The cumulative costs result in a change order in the amount of $14,505.00. Therefore, the Facilities Department is recommending approval of the change order in the amount of $14,505.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Cci, Y`-" „ �k - : Pu R , E5G an P,c "` actIa9ral ZoD U -1G10 Ca/t1/Zozl 6C OOZ3 CHANGE ORDER #2 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND EDMAN BUILDERS LLC. Date: September 13, 2021 Original Agreement: Weld County document no. 2021-0490 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibits, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibits. 3. The amount of the contract is adjusted as follows: $ 495,952.73 Original Contract Amount $ 2,039.00 Previously Approved Change order(s) Amount $ 14,505.00 Current Change Order Amount $ 512,496.73 New Contract Total 4. All other terms and conditions of the Original Agreement remain unchanged. CONTRA By: Name: Chuck A. Pelon Sr. Title: Project Manager - Edman Builders ATTEST: Weld County Clerk to the Board BY:( j..( LP.L.(�'.. Deputy Clerk to the 1861 Date 9-14-2021 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Moreno, Chair SEP 2 7 2021 Page1of1 1 Oai-oCGt0 PROJECT: Exhibit A- Change Order # 2 EdmanBuilders CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR WELD COUNTY TREASURER'S OFFICE REMODEL DATE: 8125/2021 SCOPE: DROP BOX PROPOSAL #: CO # 002 JOB NO. 2102 CONTRACTOR: Edman Builders LLC. REFERENCE: Exhibit A Bulletin No. P.C.D. NO. Field Change R.F.I. # 23 DESCRIPTON: Offical conclusion to remove entire window and fill with brick for the drop box location. For a more cost efficent and confident work Edman Labor hours are for Window Removal, Frame, and Drywall costs MATERIALS Description Unit Quantity Unit Price Unit Subtotal FRAMING AND DRYWA $500.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR MATERIALS $500.00 (1) LABOR Wages Fringe Classification Hours Hourly RaW ate jEtinge x His) (Wage x Hrs.) Carpenter 4 $75.00 $0.00 $300.00 Labor 9 $40.00 $0.00 $360.00 Sr. Project Manager 1 $130.00 $0.00 $130.00 Estimator $156.00 $0.00 $0.00 Site Superintendent 2 $117.00 $0.00 $234.00 SUBTOTALS $0.00 (2) $1,024.00 (3) if requested, fringe benefit shall be indicated separately under each classification. TOTAL FOR LABOR (Wages & Fringe) (2) + (3) $1,024.00 (4) SUBTOTAL - Materials & Labor (1) + (4) $1,524 00 (5) Overhead & Profit 10.00% of (5) $152.40 (6) Insurance & Taxes of (3) $0.00 (7) Overhead for Ins. & Taxes 20.00% of (7) $0.00 (8) TOTAL - MATERIALS & LABOR (5) + (6) + (7) + (8) $1,676 40 (9) EQUIPMENT I REIMBURSABLE COSTS (per diem. air fare, etc.) Classification Unit/Day Rate Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR EQUIPMENT I REIMBURSABLE COSTS $0.00 (10) SUBCONTRACTORS 10.00% NAME Amount Markup Subtotal Commercial Masonry Specialists $2,400.00 $240.00 $2,640.00 Structure Coatings LLC $1,100.00 $110.00 $1,210.00 $0.00 $0.00 $0.00 $0.00 $0 00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR SUBCONTR. (11a) $3,500.00 $350.00 (11b) TOTAL (MATERIAL, LABOR, EQUIPMENT) (9) + (10) + (11) Bond Fee 2.50% on (12) (G.C. only if Applicable, 1% Maximum) Gross Income Tax 0.000% on (12) + (13) TOTAL FOR CHANGE ORDER (12) + (13) + (14) PROPOSAL BY: Chuck A. Pelon Sr. TITLE: Project Manager EXTENSION REQUESTED 4 days $3,850.00 (11) $3,850.00 (11) $5,526.40 (12) $138.16 (13) $0.00 (14) $5,664.56 To nearest $1.00 $5,665 229 US -287 Fort Collins CO 80524 1 6604 1st Avenue W Williston, ND 58801 CO (970) 484-3217( ND (701) 774-2287 www.edmanbuilders.com GC NOTES - Commercial Masonry Specialist Inc work is included 20355 County Rd 74 Eaton, CO 80615 Phone (970) 744-1314 Project: W C Treasurer's Office Reno Greeley, CO Plans & Specifications dated: 10/6/2020 Addendums Acknowledged: yes Into this amount for labor. Scone of Work: Commercial Masonry will provide all materials — brick infills ( one at Note 6 and one at Note 8) and all other accessories and labor needed. ALSO now installing full brick infill around mailbox and window at same location. ALSO Supplying Tyvek for exterior substrate. Exclusions: weather protection Shoring Sealers Anti graffiti sealer Bonding Steel lintels Trash Removal Caulking Site Work Foam board Vapor Barrier Stucco Foam Insulation Loose Fill Insulation Fire Proofing Precast No Prevailing Wage Figured Clarifications Revised Bid for extra work for the payment dropbox Work will be performed on a Saturday If Bid is accepted, schedule notification needs to be as soon as possible as CMS is coordinating multiple projects. T and M rates area as follows: Tender -$75.00 Hr Mason -$85.00 Hr Foreman -$90.00 Hr Total bid price $6,900.00 Terms This bid is good for 30 days. There will be an additional setup charge of $2000.00 if we have to remobilize due to no fault of own. Payment is to be made within 10 days of the billing date. Prepared by: Mike Martinez Signature: Date: 7/27/2021 Furnished by General Contractor • Proper grade for Masonry Construction • Power 230V and 50 amp • Pressurized water • Builder's Risk Insurance • All layouts, grade imbedded items, setting of all frames • Room to store materials and perform work • All testing for masonry worm • Steel Lintels cut to size • Waterproofing • Trash Dempster for disposal of waste material • All shoring for doors, windows, electrical and plumbing • Job site security Date j 12°1121 Change OrderTotat \tto) LaborTotat **Includes after bussiness hours work Material Total a5O Accepted By: Signature Date Exhibit B -Change Order # 2 Edman Builders CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR PROJECT: WELD COUNTY TREASURER'S OFFICE REMODEL SCOPE: MISSING DOORS AND HARDWARE JOB NO. 2102 REFERENCE: DESCRIPTON: MATERIALS Description Unit Quantity Unit Price CONTRACTOR: Bulletin No. P.C.D. NO. DATE: 5/31/2021 PROPOSAL #: CO # 002 Edman Builders LLC. Field Change Door Hardware to match existing RFI #20 Also doors missed on the plans to replace slab RFI #17 Door Credit for doors 132A and 144 also credit for Frame 1318 since frame was in itinial contract TOTAL FOR MATERIALS nit Subtotal $0.00 $0.00 $0.00 $0.00 $000 $0.00 LABOR Wages Fringe Classif+cation Hours Hourly Rate Rate Carpenter 0 $75.00 Labor 0 $40.00 Sr. Project Manager 0 $130.00 Estimator $156.00 Site Superintendent 1 $117.00 SUBTOTALS if requested, fringe benefit shall be indicated separately under each classification TOTAL FOR LABOR (Wages & Fringe) (2) + (3) SUBTOTAL - Materials & Labor (1) + (4) Overhead & Profit 10.00% of (5) Insurance & Taxes of (3) Overhead for Ins 8 Taxes 20.00% of (7) TOTAL -MATERIALS & LABOR (5) + (6) + (7) + (8) EQUIPMENT! REIMBURSABLE COSTS (per diem, air fare. etc.) Classification Unit/Day Rate Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR EQUIPMENT! REIMBURSABLE COSTS SUBCONTRACTORS 10.00% NAME Amount arku Subtotal Colorado Doorways $5,012.80 $501.28 $5,514.08 Colorado Doorways $829.59 $82.96 $912.55 Colorado Doorways CREDIT -$2,745.26 $0.00 -$2,745.26 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR SUBCONTR. (11a) $3,097.13 $584.24 (11b) (Fringe x Hrs) $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 (2) TOTAL (MATERIAL, LABOR, EQUIPMENT) (9) + (10) + (t 1) Bond Fee 2.50% on (12) (G.C. only ifApplicable, 1% Maximum) Gross Income Tax 0.000% on (12) + (13) TOTAL FOR CHANGE ORDER (12) + (13) + (14) PROPOSAL BY: Chuck A. Pelon Sr. TITLE: Project Manager EXTENSION REQUESTED 4 WEEKS R.F.I. # 17, 20 $0.00 (1) (Wage x Hrs.) $0.00 $000 $0.00 $0.00 $117.00 $117.00 (3) $117.00 (4) $117.00 (5) $11 $0.00 70 (6) (7) $0.00 (8) $128.70 (9) 00 (10) $3,681.37 (11) $3,681.37 (11) $3,810.07 (12) $95.25 (13) $0.00 (14) $3,905.32 To nearest $1.00 3,905 229 US -287 Foit Collins. CO 80524 1 6604 1st Avenue W. Williston, ND 58801 CO. (970) 484-3217 1 ND (701) 774-2287 wvAv edmanbuilders corn Pair Doors #01 6 Hinges FBBl79 4 I/2X4 4 1/2 US26D ST I Exit Device 9827L x 996L-R&V 06 425-SNB LBR US26D VO I Exit Device 9827L x 996L-R&V 06 425-SNB LBR US26D VO 2 Rim Cylinder 12E-72 STD 626 BE 2 Closer 8501 SN-134 689 NO 2 Protection Plate 190S 10" x 34" US32D HA 2 Concave Wall Stop 2 236W US32D HA Metal Frame Silencer 307D GREY HA 5,012.80 Single Door #02 1,924.22 3 Hinges FBB179 4 1/2X4 1/2 NRP US26D ST 1 Exit Device 98L-NL x 996L-NL-R&V 06 425-SNB US26D VO 1 Rim Cylinder 12E-72 STD 626 BE 1 Closer 8501 SN-134 689 NO 1 Protection Plate 190S 10" x 34" US32D HA 1 Concave Wall Stop 236W US32D HA 3 Metal Frame Silencer 307D GREY HA Single Door #03 507.04 3 Hinges FBB179 4 1/2 X 4 1/2 US26D ST I Lockset 9K3-7AB15D STD S3 626 BE I Concave Wall Stop 236W US32D HA 3 Metal Frame Silencer 307D GREY HA Single Door #04 507.04 3 Hinges FBB179 4 1/2X4 1/2 US26D ST I Lockset 9K3-7AB15D STD S3 626 BE 1 Concave Wall Stop 236W US32D HA 3 Metal Frame Silencer 307D GREY HA Single Door #05 514.40 3 Hinges FBB179 4 1/2X4 1/2 US26D ST I Lockset 9K3-7D15D STD S3 626 BE I Cast Floor Stop 244F US26D HA 3 Metal Frame Silencer 307D GREY HA Single Door #06 2,021.81 3 Hinges FBB179 4 1/2 X 4 1/2 US26D ST 1 Exit Device 98L x 996L-R&V 06 425-SNB (QTY -2) US26D VO I Rim Cylinder 12E-72 STD 626 BE I Closer 8501 SN-134 689 NO I Protection Plate 190S 10" x 34" US32D HA I Concave Wall Stop 236W US32D HA 3 Metal Frame Silencer 307D GREY HA Single Door #07 347.70 3 Hinges FBB179 4 l/2X4 4 1/2 US26D ST I Passage Set 9K3-ONI5D S3 626 BE 1 Protection Plate 190S 10" x 28" US32D HA 1 Concave Wall Stop 236W US32D HA 3 Metal Frame Silencer 307D GREY HA Single Door #R1 263.25 3 Hinges FBB179 4 1/2 X 4 1/2 IJS26D ST 1 Push Plate 8200 4 x 16 US32D IV I Pull Plate 8302-6 4 x 16 US32D IV 1 Closer 8501 SN-134 689 NO 1 Protection Plate 190S 10" x 34" US32D HA 1 Concave Wall Stop 236W US32D HA 3 Metal Frame Silencer 307D GREY HA Single Door #R2 263.25 3 Hinges FBB179 4 1/2 X 4 1/2 US26D ST I Push Plate 8200 4 x 16 US32D IV 1 Pull Plate 8302-6 4 x 16 US32D IV 1 Closer 8501 SN-134 689 NO I Protection Plate 190S 10" x 34" US32D HA 1 Concave Wall Stop 236W US32D HA 3 Metal Frame Silencer 307D GREY HA Single Door #R3 263.25 3 Hinges FBB17941/2X41/2 US26D ST 1 Push Plate 8200 4 x 16 US32D IV I Pull Plate 8302-6 4 x 16 US32D IV 1 Closer 8501 SN-134 689 NO I Protection Plate 190S 10" x 34" US32D HA 1 Concave Wall Stop 236W US32D HA 3 Metal Frame Silencer 307D GREY HA Single Door #R4 263.25 3 Hinges FBB179 4 1/2X4 1/2 US26D ST I Push Plate 8200 4 x 16 US32D IV I Pull Plate 8302-6 4 x 16 US32D IV I Closer 8501 SN-134 689 NO I Protection Plate 190S 10" x 34" US32D HA 1 Concave Wall Stop 236W US32D HA 3 Metal Frame Silencer 307D GREY HA Single Door #RS 514.40 3 Hinges FBB179 4 1/2 X 4 1/2 US26D ST I Lockset 9K3-7D15D STD S3 626 BE I Cast Floor Stop 244F US26D HA 3 Metal Frame Silencer 307D GREY HA New hardware: 5012.80 New doors 04 and R4: 829.59 Change Order Total: 5842.39 Deleted openings — DEDUCT <$2,745.26> • Delete doors -frames -hardware for 132A and 144 Door 132.4 was removed by owners choice, due to accordion door location inside conference rooms for Assessors Office. Door 144 was to be for the lactation room that was on original plan set ho'v₹wever, iact2t%0n room was moved to inside Assessor Storage roc.'r) instead. • Delete frame for 131E Door is existing with frame, hozlever, frame managed to be in contract for order. Al! items have a deduct amount of $2745.25 Please let me know if we are to proceed with these changes. Let me know if you have any questions. Thanks. Brad Gilda Account Manager - Special Projects Colorado Doorways, Inc_ 5151 Bannock Street #17 Denver, CO 80216 Direct Phone: 303-312-0264 brad @doorwaysinc.com PROJECT: Exhibit C- Change Order #2 FidmanBuilders CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR WELD COUNTY TREASURER'S OFFICE REMODEL SCOPE: FLUSH KIT CREDIT AND LOWER SINK DRAIN (RFI # 28) JOB NO. 2102 CONTRACTOR: DATE: 9/8/2021 PROPOSAL #: CO # 002 Edman Builders LLC. REFERENCE: EXHIBIT C Bulletin No. P.C.D. NO. Field Change R.F.I. # 28 DESCRIPTON: Credit return per contracted amount for flush Kits to be MATERIALS Description Unit Quantity Unit Price Unit Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR MATERIALS $0.00 (1) LABOR Wages Fringe Classification Hours Hourly Rate Rate (Fringe x Hrs) (Wage x Hrs.) Carpenter $75.00 $0.00 $0.00 Labor $40.00 $0.00 $0.00 Sr. Project Manager $130.00 $0.00 $0.00 Estimator $156.00 $000 $0.00 Site Superintendent 1 $117.00 $0.00 $117.00 SUBTOTALS $0.00 (2) $117.00 (3) if requested, fringe benefit shall be indicated separately under each classification. TOTAL FOR LABOR (Wages & Fringe) (2) + (3) $117.00 (4) SUBTOTAL - Materials & Labor (1) + (4) $11700 (5) Overhead & Profit 10.00% of (5) $11.70 j6) Insurance & Taxes of (3) $0.00 j7) Overhead for Ins. & Taxes 2(.00% of (7) X0.00 j8) TOTAL -MATERIALS & LABOR (5) + (6) + (7) + (8) (9) $128.70 EQUIPMENT! REIMBURSABLE COSTS (Der diem air fare. etc Classification Unit/Day Rate Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR EQUIPMENT! REIMBURSABLE COSTS $0.00 (10) SUBCONTRACTORS 10-00% NAME Amount Markup Subtotal TOP NOTCH PLUMBING -$650.00 $0.00 -$650.00 TOP NOTCH PLUMBING $58400 $58.40 $642.40 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR SUBCONTR. (11a) -$66.00 $58.40 (11b) -$7.60 (11) -$7.60 (11) TOTAL (MATERIAL, LABOR, EQUIPMENT) (9) + (10) + (11) $121 10 (12) Bond Fee 2.50% on (12) (G.C. only if Applicable, 1% Maximum) $0.00 j13) Gross Income Tax 0.000% on (12) + (13) j14) —$0.00 TOTAL FOR CHANGE ORDER (12) + (13) + (14) $121.10 PROPOSAL BY: Chuck A. Felon Sr. To nearest $1.00 TITLE: Project Manager EXTENSION REQUESTED 229 US 287 Fort Collins CO 80524 1 6604 1st Avenue W Williston ND 58801 CO (970) 484-3217 1 ND (701) 774-2287 www edmanbuilders.com From: mattCatoonotcholumbmS1 &2f,_ Sharon Balts: Chuck Pelon Subject: RE: Flush kits on toilets Date: Tuesday, August 3, 20217:38:20 AM Attachments: jmpoeOOLaL sioirnao It looks like I had $65 for each toilet in the bid to clean and repair flush valves. Thanks GC NOTES - $65 x 10 toilets= $650 � Matt Tipton PM 970.404.7586 TOP 1913 MBINC LLC Street Greeley, CO. 80631 Main office 970.404. JOB: Treasurer SCOPE: 7586 Top Notch Plumbing LLC RFI / CHANGE ORDER 09/07/21 -The existing plumbing will not work with the under -mount sinks. Please consider pricing below to lower plumbing. EXCLUSIONS: Any work not included in scope ACKNOWLEDGMENTS: Estimate includes applicable taxes Excludes Davis Bacon wage rates Material (cast iron piping) $ 58.00 Labor (5hrs. $85/hr.) $ 425.00 Equipment and small tools $ 25.00 OH&P (15%) $76.00 TOTAL: $ 584.00 Respectfully submitted by Matthew Tipton, ,#QGcJ z r Exhibit 0- Change Order # 2 Edman Builders CONSTRUCTION MANAGEMENT / GENERAL CONTRACTOR PROJECT: WELD COUNTY TREASURER'S OFFICE REMODEL DATE: 8/25/2021 SCOPE: PUBLIC RESTROOMS PROPOSAL #: CO # 002 JOB NO. 2102 CONTRACTOR: Edman Builders LLC. REFERENCE: Exhibit D Bulletin No. P.C.D. NO. Field Change R.F.I. # 10, 25 DESCRIPTON: Removal of tile from all walls during demo the ceiling grid and wall mirrors were not salvageable, need replacing This cost is for both restrooms MATERIALS Description Unit Quantity Unit Price Unit Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR MATERIALS $0.00 (1) LABOR Wages Fringe Classification Hours Hourly Rate Rate jFrin e x His (Wage x Hrs.) Carpenter $75.00 $0.00 $0.00 Labor $40.00 $0.00 $0.00 Sr. Project Manager 0 $130.00 $0.00 $0.00 Estimator $15600 $0.00 $0.00 Site Superintendent 1 $117.00 $0.00 $117.00 SUBTOTALS $0.00 (2) $117.00 (3) 1f requested, fringe benefit shah be indicated separately under each classification. TOTAL FOR LABOR (Wages & Fringe) (2) + (3) $117.00 (4) SUBTOTAL - Materials & Labor (1) + (4) $117.00 (5) Overhead & Profit 10.00% of (5) $11.70 (6) Insurance & Taxes of (3) $0.00 (7) Overhead for Ins. & Taxes 20.00% d (7) $0.00 (8) TOTAL - MATERIALS & LABOR (5) + (6) + (7) + (8) $128.70 (9) EQUIPMENT I REIMBURSABLE COSTS (Der diem, air fare. etc Classification Unit/Day Rate Subtotal $0.00 $0.00 $0.00 $0.00 $000 TOTAL FOR EQUIPMENT! REIMBURSABLE COSTS $0.00 (10) SUBCONTRACTORS 1000% NAME Amount Markup Subtotal Acoustical Interiors $3,003.00 $300.30 $3,303.30 Glass Doctor $1,150.00 $115.00 $1,265.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR SUBCONTR. (11a) $4,153.00 $415.30 (11b) TOTAL (MATERIAL, LABOR, EQUIPMENT) (9) + (10) + (11) Bond Fee 2.50% on (12) (G. C. only ifApplicable, 1% Maximum) Gross Income Tax 0.000% on (12) + (13) TOTAL FOR CHANGE ORDER (12) + (13) + (14) PROPOSAL BY: Chuck A. Pelon Sr. TITLE: Project Manager EXTENSION REQUESTED 4 days $4,568.30 (11) $4,568.30 (11) $4,697.00 (12) $117.43 (13) $0.00 (14) $4,814.43 To nearest $1.00 4, 1 229 US -287 Fort Collins CO 80524 1 6604 1st Avenue W. Williston, ND 58801 CO (970) 484-3217 1 ND 1701) 774-2287 www.edmanbuilders.com Acoustics & Interiors, Inc 1414 Blue Spruce Drive, UnitE Fort Collins, CO 80524-5424 Phone (970) 493-3660 Fax (970) 224-1568 Email Jim@Aandl us VVOTK Authorization rev f;;: I TO: Edman Builders, LLC PROJECT: Weld County Treasurer's Office ATTN: Chuck Pelon ADDRESS- 1400 N 17th Ave EMAIL: chuck@edmanbuilderscorn ADDRESS: Greeley, CO RE: 6951 13 Acousucai Panel Genmgs DATE. Wednesday, July 28, 20 AUTHORIZED BY: Sharon Baltes new grid and the in the employee and public restrooms UNITS DESCRIPTION UNIT PRICE TOTAL 1022 SF new grid 2 655 $2,71341 160 SF new to e 1 810 S28960 Total $3,003 nwnw Date: To: Base Bid: We fix your panes!® 6310 W. 101, St. Unit 1 Greeley, CO 80631 Phone: 970 616 3100 a neighborly -company FAX: 970 616 3033 09/07/21 Alternates: Sharon Section: Section: Addenda received: No. Description of Work: Description of Work: Add for Mirrors Qty 5 @ $230 Seamed Edges thru No. Page 1 of 1 Project: Edman Amount: Add: Deduct: $1,150.00 Per plans and specifications? x YES NO Bond Rate of % included? YES x NO Furnished and installed? x YES NO Sales Tax included? YES x NO Visited Job Site? x YES NO Signed: Bret King Name: 6re4- ICL i New Contract Request Entity Information Entity Name* Entity ID* ❑ New Entity? EDMAN BUILDERS LLC ?-70042305 Contract Name * TREASURER REMODEL CHANGE ORDER # 2 Contract Status CTB REVIEW Contract Description * CHANGE ORDER #2 Contract Description 2 Contract ID 5245 Contract Lead* SGEESAMAN Contract Lead Email sgeesarnanco.weId.co.us Parent Contract ID Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND GROUNDS Date* 09/162021 0920 2021 Amount* Department Email $14,505.00 CM- Will a work session with BOCC be required?* BuildingGrounds@weldgov.c NO Renewable* om NO Does Contract require Purchasing Dept. to be included? Department Head Email YES Automatic Renewal CM-BuildingGrounds- DeptHeadG�veldgov.com Bid/RIP#* Grant B2100052 County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORNEYWELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date * Renewal Date 10;`25 2021 Termination Notice Period Committed Delivery Date Expiration Date* 11,151'2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TORY TAYLOR DH Approved Date 09152021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09,+2712021 Originator SGEESAMAN Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date 09.21!2021 Finance Approver CHRIS D'OVIDIO Finance Approved Date 09 1512021 Tyler Ref # AG 092721 Legal Counsel BOB CHOATE Legal Counsel Approved Date 09f15,2021 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 19, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Treasurer Office — Remodel; B2100052 During demolition and construction, there were some items discovered that need to be addressed. First, 4 support columns were discovered in a wall in the employee breakroom. A redesign to address the columns resulted in a reconfiguration of cabinets, countertops, and the breakroom. Second, a countertop was not designed wide enough in the public reception area. Third, during framing it was discovered that an accordion wall needed to be relocated to accommodate a better workflow for personnel. The cumulative resulted in a change order in the amount of $2,039.00. Therefore, the Facilities Department is recommending approval of the change order in the amount of $2,039.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Q7t�L4 (&) c2/ -age 64063 CHANGE ORDER #1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND EDMAN BUILDERS LLC Date: May 19, 2021 Original Agreement: Weld County document no. 2021-0490 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibits, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor $2,039.00 for said amended services in accordance with the Exhibits. 3. All other terms and conditions of the Original Agreement remain unchanged. Name: Charles A. Pelon Sr. Title: Project Manager - Edman Builders ATTEST: <0,�� W••K• Weld ty Clerk to the Bo rd BY: Deputy CI k to e Bo Date 05-20-2021 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Moreno, Chair JUN 1 6 2021 Page 1of1 Exhibit® A -CO # 1 CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR PROJECT: WELD COUNTY TREASURER'S OFFICE REMODEL DATE: 5/3/2021 SCOPE: 4 columns PROPOSAL #: CO # 001 JOB NO. 2102 CONTRACTOR: Edman Builders LLC. REFERENCE: Bulletin No. P.C.D. NO. Field Change R.F.I. # 5 DESCRIPTON: Unforeseen conditions found, after the demolition was completed, the 4 new columns will need to be addressed MATERIALS Description Unit Quantity Unit Price Unit Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR MATERIALS $0.00 (1) LABOR Wages *Fringe Classification Hours Hourly Rate Rate (Fringe x Hrs) (Wage x Hrs.) Carpenter $75.00 $0.00 $0.00 Labor $40.00 $0.00 $0.00 Sr. Project Manager 1 $130.00 $0.00 $130.00 Estimator $156.00 $0.00 $0.00 Site Superintendent $117.00 $0.00 $0.00 SUBTOTALS $0.00 (2) $130.00 (3) *If requested, fringe benefit shall be indicated separately under each classification. TOTAL FOR LABOR (Wages & Fringe) (2) + (3) $130.00 (4) SUBTOTAL - Materials & Labor (1) + (4) $130.00 (5) Overhead & Profit 10.00% of (5) $13.00 (6) Insurance & Taxes of (3) $0.00 (7) Overhead for Ins. & Taxes 20.00% of (7) $0.00 (8) TOTAL - MATERIALS & LABOR (5) + (6) + (7) + (8) $143.00 (9) EQUIPMENT/ REIMBURSABLE COSTS (per diem, air fare, etc.) Classification Unit/Day Rate Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR EQUIPMENT! REIMBURSABLE COSTS $0.00 (10) SUBCONTRACTORS 10.00% NAME Amount Markup Subtotal G2 $515.00 $51.50 $566.50 Structure Coatings LLC $636.00 $63.60 $699.60 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR SUBCONTR. (11a) $1,151.00 $115.10 (11b) $1,266.10 (11) $1,266.10 (11) TOTAL (MATERIAL, LABOR, EQUIPMENT) (9) + (10) + (11) $1,409.10 (12) Bond Fee 2.50% on (12) (G.C. only if Applicable, 1% Maximum) $35.23 (13) Gross Income Tax 0.000% on (12) + (13) $0.00 (14) TOTAL FOR CHANGE ORDER (12) + (13) + (14) $1,444.33 PROPOSAL BY: Chuck A. Pelon Sr. To nearest $1.00 $1,444 TITLE: Project Manager EXTENSION REQUESTED 2 days 2 9 S r 5 C t '� 3 /st +l ° ,' i ND 801 w�`J �1�-��'. Fork �,��IIEi"=u; {_, t..J =�J��'� � 6604 I �t Avenue 1: ,�. =f�1,31351:t)i'3 f�'nIJ J: (970) 484-3237, ND (701) 774-2287 TRU TURE COATINGS, LLC Cost Impact Estimate Date: 04/26/2021 Project Name: Weld Treasurer Change Proposed: Adding of painting two columns and wing walls to surround 2 more columns Cost Impact: ADD $636 for additional work and product due to change Change Order Owner Info Job Info Edman Builders Cell: 9709992032 Weld County Treasures CO ID WCT-0001 framing and drywall change order Cost Code Title 1400 N 17th ave Greeley, CO 80631 Created / Approved Date Created: Pending... Description Description Printed: May 19, 2021 5805 Mangrove Court, Loveland, CO 80538 Phone: 970-218-1477 Change Order ID WCT-0001 _T May 6, 2021 $95.00 --i -.--------- . Qty/Unit Unit Price Cost Steel Framing. Partitions Framing and Deduction of wall by side entrance and 1.00 -$720.00 -$720.00 drywall wall in coffee bar/kitchen Steel Framing. Partitions Framing and Frame and dyrwallwing walls to enclose 1.00 $515.00 $515.00 I drywall steel columns discovered during demo 1. 5100 - Drywall Drywall Drywall wall scabs for moving of 1.00 $300.00 $300.00 electrical fire and data 1 location CHANGE ORDER REQUEST #1 - Found Columns $95.00 Status I__ i Approved by: Signature Date Approval Comments Please Note: A signature of Approval OR Electronic Acceptance is required before change order is effective. This change order becomes part of the existing contract. TOTAL AMOUNT OF CHANGE ORDER: $95.00 EdmanBullders CONSTRUCTION MANAGEMENT / GENERAL CON TRACTOR PROJECT: WELD COUNTY TREASURER'S OFFICE REMODEL DATE: 5/3/2021 SCOPE: PROPOSAL#: JOB NO. 2102 CONTRACTOR: REFERENCE: Bulletin No. P.C.D. NO. Edman Builders LLC. Field Change X DESCRIPTON: Solid surface at the counter to be increased to 18 inched for the clients more writing surface space MATERIALS Description Unit Quantity Unit Price Unit TOTAL FOR MATERIALS Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 LABOR Wages *Fringe Classification Hours Hourly Rate Rate (Fringe x Hrs) Carpenter $75.00 $0.00 Labor $40.00 $0.00 Sr. Project Manager $130.00 $0.00 Estimator 1 $156.00 $0.00 Site Superintendent $117.00 $0.00 SUBTOTALS $0.00 (2) *If requested, fringe benefit shall be indicated separately under each classification. TOTAL FOR LABOR (Wages & Fringe) (2) + (3) SUBTOTAL - Materials & Labor (1) + (4) Overhead & Profit 10.00% of (5) $15.60 (6) Insurance & Taxes of (3) $0.00 (7) Overhead for Ins. & Taxes 10.00% of (7) $0.00 (8) TOTAL - MATERIALS & LABOR (5) + (6) + (7) + (8) $171.60 (9) EQUIPMENT! REIMBURSABLE COSTS (per diem, air fare, etc.) Classification Unit/Day Rate Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR EQUIPMENT! REIMBURSABLE COSTS $0.00 (10) SUBCONTRACTORS 10.00% NAME Amount Markup Subtotal JK Concepts; Inc $725.00 $72.50 $797.50 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FORSUBCONTR. (11a) $725.00 $72.50 (11b) $797.50 (11) $797.50 (11) $0.00 (1) (Wage x Hrs.) $0.00 $0.00 $0.00 $156.00 $0.00 $156.00 (3) $156.00 (4) $156.00 (5) TOTAL (MATERIAL, LABOR, EQUIPMENT) (9) + (10) +(11) Bond Fee 2.50% on (12) (G.C. only if Applicable, 1% Maximum) Gross Income Tax 0.000% on (12) + (13) TOTAL FOR CHANGE ORDER (12) + (13) + (14) PROPOSAL BY: Marcelo Lamoza TITLE: Sr. Estimator EXTENSION REQUESTED 2 days $969.10 (12) $24.23 (13) $0.00 (14) $993.33 To nearest $1.00 $993 229 US -287, Fort Collins, CO 80524 1 6604 1st Avenue W. Williston, ND 58801 CO: (970) 484-3217 1 ND (701) 774-2287 www.edmanbuilders.com JCONCEPTS, INC. ARCHITECTUR4L WOODWORK 3333 East 52nd Avenue Denver, Colorado 80216-8961 Phone 303-571-0672 Fax 303-825-0272 Email bgibreal@jkconcepts.net April 19, 2021 Marcelo Lamoza Edman Builders LLC 229 US -287 Fort Collins, CO 80524 Email: marcelo@edmanbuilders.com Main: (970) 484-3217 MILLWORK BID: v .. r. 4j if i, PROJECT: PROJECT BID NUMBER: BID SECTION AND NO: PROJECT COMPLETION DATE SHOP DRAWINGS: BID DOCUMENTS: PREVAILING WAGE RATE: ADDENDUM: AWI QUALITY STANDARD: AWI CERTIFICATION: OWNERSHIP CATEGORY: FSC: LEED: NAUF: PRODUCTION LEAD-TIME: SALES TAX: TERMS: The mark of responsible forestry 1C19B None None provided Included Per request No - None included. None CUSTOM Grade AWI Certification is not included WOSB - WBENC National Certification Number: WOSB181548 NA NA NA Bid acceptance is subject to time frame and our shop schedule. 0.00% No tax is include. Per Signed Contract or Net 30 Days in Absence of Signed Contraci - CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR PROJECT: WELD COUNTY TREASURER'S OFFICE REMODEL SCOPE: Cabinets and Accordion Door modification JOB NO. 2102 CONTRACTOR: DATE: 5/3/2021 PROPOSAL #: 003 Edman Builders LLC. REFERENCE: Bulletin No. P.C.D. NO. Field Change X R.F.I. # DESCRIPTON: New layout of the cabinets and countertop (lactation / break room) and relocation of the accordion door at the conference room MATERIALS Description TOTAL FOR MATERIALS Unit Quantity Unit Price Unit Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 (1) LABOR Wages *Fringe Classification Hours Hourly Rate Rate (Fringe x His) (Wage x I-Irs.) Carpenter $75.00 $0.00 $0.00 Labor $40.00 $0.00 $0.00 Sr. Project Manager 1 $130.00 $0.00 $130.00 Estimator $156.00 $0.00 $0.00 Site Superintendent $117.00 $0.00 $0.00 SUBTOTALS $0.00 (2) $130.00 (3) *If requested, fringe benefit shall be indicated separately under each classification. TOTAL FOR LABOR (Wages & Fringe) (2) + (3) $130.00 (4) SUBTOTAL - Materials & Labor (1) + (4) Overhead & Profit 10.00% of (5) Insurance & Taxes of (3) Overhead for Ins. & Taxes 20.00% of (7) TOTAL - MATERIALS & LABOR (5) + (6) + (7) + (8) EQUIPMENT/ REIMBURSABLE COSTS (per diem, air fare, etc.) Classification Unit/Day Rate Subtotal $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR EQUIPMENT / REIMBURSABLE COSTS SUBCONTRACTORS NAME Amount Markup Subtotal Commercial Masonry Specialist -$500.00 $0.00 -$500.00 Top Notch Plumbing $379.00 $0.00 $379.00 G2 -$420.00 $0.00 -$420.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL FOR SUBCONTR. (11 a) -$541.00 $0.00 (11b) -$541.00 (11) -$541.00 (11) $130.00 (5) $13.00 (6) $0.00 (7) $0.00 (8) $143.00 (9) $0.00 (10) TOTAL (MATERIAL, LABOR, EQUIPMENT) (9) + (10) + (11) Bond Fee on (12) (G.C. only if Applicable, 1% Maximum) Gross Income Tax 0.000% on (12) + (13) TOTAL FOR CHANGE ORDER (12) + (13) + (14) PROPOSAL BY: Chuck A. Pelon Sr. TITLE: Project Manager EXTENSION REQUESTED 4 days -$398.00 (12) $0.00 (13) $0.00 (14) -$398.00 To nearest $1.00 -$398 2r 9 5 8 i Coffins. 0524 Y q � �. Avenue W v�?J EpsA Y NE Y 58801 880 E 0 (� ���gg 1st i a,�. t� �l, t, Fort,✓COvtJ �.1U� § i 4J'.ti3*r 4.,.t U�% 4Yt�E�b 5i3.� td.? u'.5 ae,.'r CO: (970) 484 2 f f ND (701) 774-228it liw.r^•1.'r_"dmantluilde s.CCim Commercial Masonry Specialist Inc 20355 County Rd 74 Eaton, CO 80615 Phone (970) 744-1314 MASONRY BID Project: W C Treasurer's Office Reno Total bid price Greeley, CO Plans & Specifications dated: 10/6/2020 $4000.00 Addendums Acknowledged: yes NOTE: Original bid $4,500 - $500 credit Scope of Work: Terms Commercial Masonry will provide all materials per plan — brick infills ( one at Note 6 and one at This bid is good for 30 days. Note 8) and all other accessories and labor needed. There will be an additional set up charge of $2000.00 if we have to remobilize due to no fault of own. Payment is to be made within 10 days of the billing date. Exclusions: weather protection Shoring Prepared by: Mike Martinez Sealers Anti graffiti sealer Bonding Steel lintels Signature: Trash Removal Caulking Site Work Foam board Date: 1/15/2021 Vapor Barrier Stucco Foam Insulation Loose Fill Insulation Fire Proofing Precast No Prevailing Wage Figured Clarifications Furnished by General Contractor • Proper grade for Masonry Construction If Bid is accepted, schedule notification Power 230V and 50 amp needs to be as soon as possible as CMS is • Pressurized water • Builder's Risk Insurance coordinating multiple projects. All layouts, grade imbedded items, setting of all T and M rates area as follows: frames Tender -$75.00 Hr • Room to store materials and perform work Mason -$85.00 Hr All testing for masonry work Foreman -$90.00 Hr • Steel Lintels cut to size • Waterproofing • Trash Dumpster for disposal of waste material • All shoring for doors, windows, electrical and plumbing • Job site security 0 ti. P TOP NOTCH PLUMBING LLC 1913 9th Street Greeley, CO. 80631 Main office 970.404.7586 JOB: Treasurer SCOPE: ._ , '` " ._ �. I f 05/10/21 The sink location has changed per owner request May 3, 2021. We will need to re-route plumbing in the wall to accommodate the new location. ACKNOWLEDGMENTS: Estimate includes applicable taxes Excludes Davis Bacon wage rates Material $ 30.00 Labor $ 300.00 Equipment $ 0.00 OH&P $ 49.00 TOTAL: $379.00 Respectfully submitted by Matthew Tipton, Change Order Owner Info Edman Builders Cell: 9709992032 Job Info 1400 N 17th ave Greeley, CO 80631 Weld County Treasures CO ID Created / Approved Date Printed: May 19, 2021 5805 Mangrove Court, Loveland, CO 80538 Phone: 970-218-1477 WCT-0001 Change Order ID Price WCT-0001 Created: May 6, 2021 I $95.00 Pending... Description framing and drywall change order Cost Code Title Description Qty/Unit Unit Price Cost Steel Framing. Partitions Framing and Deduction of wall by side entrance and 1.00 -$720.00 -$720.0O drywall wall in coffee bar/kitchen j jj Steel Framing. Partitions Framing and Frame and dyrwallwing walls to enclose 1.00 $515.00 $515.00 drywall steel columns discovered during demo 5100 - Drywall I Drywall Drywall wall scabs for moving ofm 1.00 $300.00 $300.00 electrical fire and data 1 location CHANGE ORDER REQUEST #3 - Accordion Wall Move $95.00 Status Signature Date Approved by: ___I_/ Approval Comments Please Note: A signature of Approval OR Electronic Acceptance is required before change order is effective. This change order becomes part of the existing contract. TOTAL AMOUNT OF CHANGE ORDER: $95.00 New Contract Request Entity Information EntityName* Entity ID EDMAN BUILDERS LLC p00042305 Contract Name TREASURER OFFICE REMODEL (2021-0490) Contract Status CTB REVIEW Contract Type Department CHANGE ORDER BLIILDI GS AND GROUNDS Amount Department Email $203900 C I- BuildingCrror_rn dsLweldgov.c Renewable * om NO Department Head it Automatic Renewal C_BUildingCr0ur}ds- DeptHead vveldgov,corn Grant County Attorney GENERAL COUNTY !GA ATTORNEY EMAIL County Attorney Email Cm- COU NTYATFORNEYtWELDG CV.CO if this is a renewal enter previous Contract ID ❑ New Entity? Contract ID 4789 Contract Lead t SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.us Parent Contract ID Requested 8OCC Agenda Due Date Dates 05/22/2021 05/2&i2021 Will a work session with 8OCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Rid IRFP #- 2100052 Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Review Date t Renewal Date 10'25'2021 Termination Notice Period Committed Delivery Date Expiration Date* 10,'25'2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver ROB TURF Approval Process Department Head TOBY TAYLOR DH Approved Date 05212021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06,16/2021 Originator SGEESAMAN Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approved Date 06 10,' 2021 Finance Approver CHRIS D'OVIDIO Finance Approved Date 0521 2021 Tyler Ref # AG 061621 Legal Counsel BOB CHOATE Legal Counsel Approved Date 05,21'2021 O0ntr+ct sO -1S�-ICo AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & EDMAN BUILDERS LLC TREASURER BUILDING REMODEL THIS AGREEMENT is made and entered into this M*13ay of March , 2021, 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 Edman Builders LLC whose address is 229 N. US Highway 287 Fort Collins, CO 80524, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2100052". 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 Once r>t A XI d l O oar eq f a i 3Goaa3 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 $495,952.73, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of 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 Facilities. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Edman Builders LLC Attn: Marcelo Lamoza Address: 229 N. US Highway 287 Address: Fort Collins, CO 80524 E-mail: marcelo niedmanbuilders.com Telephone: (970) 484-3217 County: Name: Toby Taylor Position: Director of Facilities Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylorgweldgov.com Facsimile: 970.304.6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this ,o 9 Thday of March , 2021. CONTRACTOR: Edman Builders, LLC By: ____________________________ Date 3/23/2021 Name: seph Ed n Title: President WELD TOUNJ� �• '� ATTEST: BOARD OF COUNTY COMMISSIONERS Weld C y Clerk to the Bo rd WELD COUNTY, COLORADO BY: Deputy Cle tot e Boar �� teve Moreno, Chair MAR 2 9 2021 1861 of- O �9a Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY; CO 80631 DATE: JANUARY 19, 2021 BID NUMBER: B2100062 DESCRIPTION: TREASURER'S OFFICE REMODEL DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE: FEBRUARY 1, 2021 BID OPENING DATE: FEBRUARY 18, 2021 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: TREASURER'S OFFICE REMODEL A mandatory pre -bid conference will be held on February 1, 2021 at 10:00 AM at 1400 N 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We will be adhering to current state social distancing guidelines. Bids will be received until: February 18 2021 at 10:00 AM (Weld County Purchasing Time Clock). Due to COVID-19, the bid opening will be held via a Microsoft Teams Conference Call. To join, call the phone number and enter the Conference ID provide below: Phone Number: (720) 439-5261 Conference ID: 372144038 PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQ UEST NI IMRFR RFFFRRFf Tri ARfVF Nf]T Al I OF THE INFf)RMATIfAN rnPJnINFn IN PAnFst 4 - R MAY 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https:/1www.bidnetdirect.com/. 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. 2 -r • . itV 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids rweidgov.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- 4223 or 4222 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are 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. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, 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 RFB. 4. 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 -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that the subcontractor shall not knowingly employ or contract with an illegal BID REQUEST #82100052 Page 2 alien to perform work under this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. BID REQUEST #82100052 Page 3 D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. BID REQUEST #B2100052 Page 4 M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this 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: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. BID REQUEST #B2100052 Page 5 S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld X. Taxes: County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. 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 Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. BID REQUEST #B2100052 Page 6 The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contract Professional shall maintain, at its own expense, any 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 Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, 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 Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional 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 Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall 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 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 Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: 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 BID REQUEST #82100052 Page 7 operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: $ 11000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proofof Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, Contract Professional's insurer shall name County as an additional insured. and inland marine, Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2100052 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: SCOPE OF WORK: This is a request for bid to selectively demolish and reconfigure the interior partitions and office space for the Treasurer's Office located at 1400 N. 17th Avenue, Greeley, CO. 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, glazing, aluminum storefront, flooring, ceilings, lighting, electrical, mechanical and plumbing systems. (See Attached Construction Documents) 2. New carpet and rubber wall base at carpeted areas is furnished & installed by Owner. All other flooring and base are by contractor as noted in the drawings. 3. The existing fire alarm system will need to be modified by a State authorized design/build contractor. All fees for design and permits associated with this are responsibility of bidder. 4. GC's electrical contractor will be responsible for disconnection of existing furniture and re- connection of power to new furniture as it is installed. All furniture removal, replacement and data cabling will be by the owner. 5. Contractor shall develop a construction schedule highlighting milestones and activities. 6. HVAC controls shall be Metasys by Johnson controls. No other systems will be accepted. All HVAC equipment shall be capable of being monitored and controlled remotely with the following control points. 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 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. 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 7. Anticipated contract date is March 8, 2021. 8. Project will be permitted through Weld County. Fees for building permits will be waived. All other fees and permit costs will be the responsibility of the bidder. 9. All work will be completed at night between the hours of 5:30 PM and 6:30 AM, or on weekends and holidays when the building is not occupied. 10. The employee toilets will be completed prior to the start of the public toilets. (Refer to mechanical drawings for phasing and filter requirements.) 11. All trash and debris shall be removed from the site/public areas and properly disposed of when the building opens every morning. 12. GC to provide Builder's risk coverage in the amount of completed work for renovations, repairs made by the Insured on this project. 13. Davis -Bacon and Buy American requirements are NOT required. 14. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 15. Weld County is a tax-exempt entity. 16. Contractor will be required to enter into a contract for this service. BID REQUEST #B2100052 Page 10 Date of this Bid Advertisement Date (BidNet) Pre -Bid Conference Bids Are Due Contract Award Notice Project Mobilization Project Completion January 19, 2021 January 19, 2021 February 1, 2021 February 18, 2021 March 8, 2021 March 22, 2021 September 27, 2021 A mandatary pre -bid conference will be held on February 1, 2021 at 10:00 AM at 1400 N 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We wilt be adhering to current state social distancing guidelines. Ill fir. i1 • 4ji . t I iii:.10*1.111. I 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bids{cr.weldooy.com. If your bid exceeds 25MB please upload your bid to https:/Iwww.bicdnetdirect.coml. The maximum file size to upload to BidNet is 500 MB. 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 with any questions (970) 400-4223 or (970) 400-4222. COMPLETION DATE :I.iikuiuj:..qriri The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #82100052. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX SIGNATURE E-MAIL TAX ID # **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 — 8. ATTEST: Weld County Clerk to the Board M BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2100052 Page 12 TREASURER'S OFFICE REMODEL B2100052 Questions & Answers Posted 02/10/21 1. Drw A-10, General Demo Notes A: unless otherwise noted remove all ceilings, grids, gwb, etc. Drw A-12 Ceiling Legend, note 1, those (4) rooms shown on drawing we are modifying grid not demo? New ACT tile? Rest of space receives new grid and ACT tile? Answer: The restroom ceilings as indicated by Note 1 on Drawing A-12 are to remain, except as required for the renovation of the restrooms. Damaged tile or grid is to be replaced after the wall construction is complete. All other ceiling grid and tiles are to be demolished and replaced. The existing rating ceiling tiles are to be stored and reused. New tiles are to be provided to replace broken or damaged tiles. 2. A-61, door #133 calls for a pair of doors(B) and calls for frame F-1 which is shown as a 3070 frame? No hardware for this door? Answer: Door 133 and Door 135 are to receive a double frame. The hardware set should be F84 Classroom. Both sets of doors are to receive door kick down hold opens. The door on the left of each pair shall receive flush bolts on the top and bottom. 3. Drw A-11, restroom next to door X117A, shouldn't that restroom door be marked as Note 3, new door type A? Answer: Yes. 4. Are we supplying new counters in all the restrooms? Detail? Answer: Yes. See the revised A-42. 5. A-41, is there a detail for lactation room lower cabinets? Detail on counter for that area refers to cabinet doors? Answer: There are no lower cabinets. Detail 4104 is just a counter. 6. Room schedule notes calls for 4110 for ceramic detail? I do not see a 4110. Answer: The details are 4217 and 4218. 4217 is the detail for tile base only. 4218 is the detail for tile walls. 7. Do all restroom walls get new wall tile? Room schedule does not call out but have a detail on A- 42. Spec for wall tile? Answer: All restroom walls are tile to 4'-0". Wall field tiles are 6x6 Daltile Heathland Edgewood HL04. Accent band is 1x1 Daltile Mosaic Traditions. Bullnose tiles are Daltile Heathland Edgewood HL04. 8. Is there a spec for restroom partitions? Answer: Specification section 101600 on Drawing A-04. 9. Is GC to install Owner Provided accessories in Restrooms? Answer: Yes. B2100052 Questions & Answers Posted 02/10/21 10. What is the existing deck height? Answer: According to the As -Built drawings, the deck height varies from 13'-2" to 14-8" in the office areas and 21'-4" in the lobby area; however, this has not been verified. 11. Is owner responsible for teledata cabling and devices? Answer: Yes. Contractor is responsible for conduit and boxes only. 12. Door slabs noted on sheet A1.1 note 3 & 4 don't show on door schedule, provide size quantity & details for these doors. Answer: The contractor shall verify sizes; however, most doors in the building appear to be 3'-0" x 7'-0" doors. 13. Is the tile in restrooms #118 & 119 full height or 5' wainscot? Answer: Refer to A-62 Room/Color Finish Schedule 14. Is a preliminary construction scheduled required at the time of bid? Answer: Awarded Contractor will provide a preliminary construction schedule 15. Are fire extinguishers required? Answer: Yes 16. For room signs, in addition to the ones called out on drawing A-63, will all new rooms receive signs? Or is it all rooms listed in Room Finish Schedule receive new signs? Answer: Follow sign plan listed on drawing A-63 17. For the payment drop box, it calls for American Security Cabinet MDU or equal. Can we provide the American Security Cabinet EDU which is envelopes in lieu of the book size? Or do we need to get that approved ahead of bid proposals? Answer: No, book size is what is desired. 18. Per the details 18,20/A-41, Frame'A', the glass partition with u channel top and bottom appears to be floating, please provide more clarification on what the u channel will attach to. Answer: Glass partition attaches to side walls. 19. Will Builder's Risk Insurance be held by the Owner or by the awarded GC? Answer: Builders Risk Insurance will not be required on bids under $500,000 20. Is there liquidated damages associated with this project? Answer: No. Y l I: I •,. . *. B2100052 Questions & Answers Posted 02/10/21 21. Is this project a prevailing wages or Davis Bacon project? Answer: No. 22. Will electrical and water consumption costs be paid by the owner? Answer: Yes. 23. The extents of the ceiling demolition is a little unclear, can a drawing be provided clarifying what ceiling will be demolished and replaced and what ceiling is existing to remain? Are the ceilings intended to remain and grid just adjusted for new partitions? Answer: All ceilings shown on A-10 are to be removed in their entirety. The fire rated ceiling tiles are to be stored and reused. Any damaged ceiling tiles are to be replaced. The existing ceilings in the four renovated restrooms are to be removed to the extent required for the renovation and be reinstalled. All other ceilings are existing to remain. 24. Will the owner handle all moving of any furniture? Answer: Yes. 25. Please confirm working hours; will the space be occupied during the day and night working hours be required? Answer: Yes. 26. Will the new payment drop box be provided by the owner? Answer: Provided by GC 27. Will HVAC system commissioning be contracted separately by the owner or is it under the GC? Answer: Under GC scope of work. 28. Please confirm what type of work will need to be done during night hours and what type of work will be acceptable during normal business hours. Answer: Plan on all work being done after hours. 29. What is the existing exterior wall construction? Clarification needed for the brick infill areas. Answer: 8" CMU bearing wall with exterior brick veneer, furred out drywall interior. 30. Will a bid bond be required with proposals? Answer: No. TREASURER'S OFFICE REMODEL B2100052 Questions & Answers Posted 02/10/21 31. What is the existing roof system? Answer: VERSICO ROOFING SYSTEM 32. Is the existing roof system under warranty? If so, what is the name of the contractor who installed the roofing system? Answer: Yes, Advanced Roofing Technologies, LTD 33. Please confirm that weld county will pay for building permits and plan check fees? Answer: Building Permit fees will be waived. 34. Will this project be tax exempt? Answer: Weld County is tax exempt 35. Sheet E2.1, Vestibule X113 and Vestibule X117. Work Note 2 states that the light fixtures these areas are to be replaced. What fixture type will they be replaced with? Answer: These fixtures are to be Type 'C'. 36. In the Specifications and/or scope of work and proposed pricing: #3 The existing Fire Alarm system will need to be modified by a State authorized design/build contractor. All fees for design and permits associated with this are responsibility of bidder. To price the modifications, a set of as -built drawings from the existing Fire Alarm installation would be a valuable piece of information. It would give us exiting load caics, type of devices installed, type of panel installed etc. At minimum, we will need to know the type of FA Panel, what type and how many devices have been installed and where. Answer: No as-builts for current system. System is very limited and consists of FA panel (Simplex) 4 pull stations and 1 duct detector. Communicates out through the Burglar alarm system. TREASURER'S OFFICE REMODEL 82100052 Questions & Answers No. 2 Posted 02/18/21 1. Is it the intent of the project to provide a new fire alarm system throughout the entire building? Answer: Yes, the new fire alarm system must encompass the entire building to include the Assessor's area. 7 J Q l � < i L7 C? CAIRN DESIGN PROJECT; O 4 TAR(OE.00-:W SHEET TITLE: ISSUE DATE: FOE B.D:PERI0:T REVISIONS; o_reI�c•i PROJECT NO.: 196' SHEET NO. A-42 Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Treasurer's Office Remodel SCOPE OF WORK: This is a request for bid to selectively demolish and reconfigure the interior partitions and office space for the Treasurer's Office located at 1400 N. 17th Avenue, Greeley, CO. 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, glazing, aluminum storefront, flooring, ceilings, lighting, electrical, mechanical and plumbing systems. (See Attached Construction Documents) 2. New carpet and rubber wall base at carpeted areas is furnished & installed by Owner. All other flooring and base are by contractor as noted in the drawings. 3. The existing fire alarm system will need to be modified by a State authorized design/build contractor. All fees for design and permits associated with this are responsibility of bidder. 4. GC's electrical contractor will be responsible for disconnection of existing furniture and re- connection of power to new furniture as it is installed. All furniture removal, replacement and data cabling will be by the owner. 5. Contractor shall develop a construction schedule highlighting milestones and activities. 6. HVAC controls shall be Metasys by Johnson controls. No other systems will be accepted. All HVAC equipment shall be capable of being monitored and controlled remotely with the following control points. Constant Volume Control VFD Control 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 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 BID REQUEST #B2100052 Page 9 I 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 7. Anticipated contract date is March 8, 2021. 8. Project will be permitted through Weld County. Fees for building permits will be waived. All other fees and permit costs will be the responsibility of the bidder. 9. All work will be completed at night between the hours of 5:30 PM and 6:30 AM, or on weekends and holidays when the building is not occupied. 10. The employee toilets will be completed prior to the start of the public toilets. (Refer to mechanical drawings for phasing and filter requirements.) 11. All trash and debris shall be removed from the site/public areas and properly disposed of when the building opens every morning. 12. GC to provide Builder's risk coverage in the amount of completed work for renovations, repairs made by the Insured on this project. 13. Davis -Bacon and Buy American requirements are NOT required. 14. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 15. Weld County is a tax-exempt entity. 16. Contractor will be required to enter into a contract for this service. BID REQUEST #B2100052 Page 10 Date of this Bid January 19, 2021 Advertisement Date (BidNet) January 19, 2021 Pre -Bid Conference February 1, 2021 Bids Are Due February 18, 2021 Contract Award Notice March 8, 2021 Project Mobilization March 22, 2021 Project Completion September 27, 2021 A mandatory pre -bid conference will be held on February 1. 2021 at 10:00 AM at 1400 N 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. We will be adhering to current state social distancing guidelines. Bids will be received until: February 18, 2021 at 10:00 AM (Weld County Purchasing Time Clock). Due to COVID-19, the bid opening will be held via a Microsoft Teams Conference Call. To join, call the phone number and enter the Conference ID provide below: Phone Number: (720) 439-5261 Conference ID: 372144038 Due to COVID-19, the following changes have been made to our current bid process until future notice: No hard copies of bids will be accepted. Only one electronic copy of your bid is needed. PDF format is required. Email bids to bidstlliweldaov.com. If your bid exceeds 25MB please upload your bid to https:/lwww.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. 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 with any questions (970) 400-4223 or (970) 400-4222. TOTAL $ $ 495,952.73 COMPLETION DATE 8/20/2021 BID REQUEST #82100052 Page 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2100052. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Edman Builders LLC BY Marcelo Lamoza - Sr. Project Estimator (Please print) BUSINESS ADDRESS 229 N US Highway 287 DATE 2/18/2021 CITY, STATE, ZIP CODE Fort Collins, CO, 80524 TELEPHONE NO 970-484 3217 FAX TAX ID # 26-2774746 SIGNATURE �� E-MAlLMarcelo@edmanbullderscorn **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Steve Moreno, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #B2100052 Page 12 W-9 Request for Taxpayer Give Form to the Form ( Rev. October 2018) Identification Number and Certification requester. Do not Department of Tr ury send to the IRS. inter Revenue Service ► Go to www.i►s.gov/Form W9 for instructions and the latest information. I Name (as shown on your income tax return). Name is required on this i ne: do not leave this line blank. Edman Builders LLC 2 Business name/disregarded entity name, If different from above m 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to following seven boxes, certain entities, not individuals; see a p ❑ IndividuaVsole proprietor or O C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): osingle -member LLC Exempt payee code (If any) ❑✓ Umited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► S o` Note: Check the appropriate box in the tno above for the tax classification of me single -member owner. Do not check Exemption from FATCA reporting e LLC If the LLC is classified as a single-fnember LLC that Is disregarded from the owner unless the owner of the LLC is code (If any) another LLG thetis not disregarded from the owner for U.S. federal tax per. Otherwise, a single -member 11C that is disregarded from the owner shored check the appropriate box for the tax classification of its owner. m0 Outer (see IeUucttons) ► (4pp ea to axumm meuaLwd m,rsid• ma LAS.) S Address ()Sure, street, and apt. or suite no.) See instructions_ I Requester's name and address (optional) n 229 N US Highway 287 6 City, state, and ZIP code Fort Collins, CO 80524 7 LIst account number(s) here (optional) ILii Taxpayer Identification Number Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social r+•orahy number backup ie,solewithholding. For individuals,etrthis is gentity,ly your instructions security number , late . However, for a =-M-FFM resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entitles, It is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: It the account is in more than one name, see the instructions for line 1. Also see What Name and ( Empbyer Identification number Number To Give the Requester for guidelines on whose number to enter. 2 6 — 2 7 747 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2.1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b)I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that lam 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 aJBivaya tr a been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and divid your tax return. Fore sections, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secef party, cancellation of do ns to an individual retirement arrangement (IRA), and generally, payments other than interest and dividend u are not required to sI lion, but you must provide your correct TIN. See the instructions for Part II, later. vrVrri Here Signature u s ► note ► 1 General Iii • Form 1099-DIV (dividends, including those from stocks or mutual funds) Section references are to R e Code unless otherwise • Form 1099-MISC (various types of income, prizes, awards, or gross noted. proceeds) Future developments. For the latest information about developments • Form 1099-B (stock or mutual fund sales and certain other related to Form W-9 and its instructions, such as legislation enacted transactions by brokers) after they were published, go to www.irs.gov/FormW9. • Form 1099-S (proceeds from real estate transactions) Purpose of Form • Form 1099-K (merchant card and third party network transactions) An individual or entity (Form W-9 requester) who is required to file an • Form 1098 (home mortgage interest), 1098-E (student loan interest), information return with the IRS must obtain your correct taxpayer 1098-T (tultfon) identification number (TIN) which may be your social security number • Form 1099-C (canceled debt) (SSN), individual taxpayer identification number (11(N), adoption taxpayer identification number (ATIN), or employer identification number . Form 1099 A (acquisition or abandonment of secured property) (EIN), to report on an information return the amount paid to you, or other Use Form W-9 only if you are a U.S. person (including a resident amount reportable on an information return. Examples of information alien), to provide your correct TIN. returns include, but are not limited to, the following. ff you do not return Form W-9 to the requester with a TIN, you might • Form 1099-INT (interest earned or paid) be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W.9 (Rev. 10-2018) 10 AR o CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/16/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NTACT Katie Jorgensen NAME: First International Insurance PHONE (701) 774-1413 FAX A/C No Ext): AIC No): 1331 9th Ave NW E-MAIL ADDRESS: g kior ensen firstintlins.com INSURER(S) AFFORDING COVERAGE NAIC # PO Box 1088 INSURERA: Atlantic Casualty Insurance Company Williston ND 58802-1088 INSURED INSURER B: Owners Insurance 32700 Edman Builders LIc INSURER C: Worldwide Facilities, LLC INSURERD: : 229 N Hwy 287 INSURER B: INSURER F: Fort Collins CO 80524 COVERAGES CERTIFICATE NUMBER: CL2091012247 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TypE OF INSURANCE INSD WV!) POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD LIMITS >(J COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES tEa occurrence) 100,000 $ MED EXP (Any one person) $ 5,000 PERSONALBADVINJURY $ 1,000,000 A L194003888 09/10/2020 09/10/2021 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY ❑ PECTRO ❑ LOC J PRODUCTS-COMP/OPAGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY (Per person) $ X ANYAUTO B OWNED SCHEDULED AUTOS ONLY I I AUTOS 5227629100 04/23/2020 04/23/2021 BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAR OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMS -MADE DIED I I RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERSLIABILITY Y/N N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N /A 77102221 09/10/2020 09/10/2021 X STATUTE 0TH E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1,000,000 $ Limit of liability $1,000,000 C Professional Liability 121AE017224300 04/23/2020 04/23/2021 Aggregate Limit $1,000,000 Deductible $5,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) GEK 1 I Weld County Treasurer 1400 N 17th Ave Greeley CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD New Contract Request Entity Information Entity Name * Entity ID EDMAI1 BUILDERS LLC . 0019423O Contract Name * TREASURER BUILDING REMODEL Contract Status CTB REVIEW Contract Description REMODEL THE TREASURER BUILDING Contract Description 2 Contract Type * Department CONTRACT BUILDINGS AND GROUNDS Amount Department Email S49'5; 52.73 CM- BuildingGroundsc aweidgov.c Renewable * om NO Department Head Email Automatic Renewal CM -RU I Id ngGrou n d s- DeptHeadweldgov.corn Grant County Attorney GENERAL COUNTY IGA ATTORNEY EMAIL County Attorney Email CM- CCCUNTY.ATTORNEY@'ELDG OV.CCM if this is a renewal enter previous Contract ID If this is part of a MSA enter f ISA Contract ID C 1 New Entity? Contract ID 4546 Contract Lead* SCEESAMAN Contract Lead Email sgees.an an. co weld xo. us Parent Contract ID Requires Board Approval YES Department Project Requested ROcC Agenda Due Date Date* 03,' 1 3 .2[121 0317,,2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Date Effective Date Review Date * Renewal Date l0ilS-2021 Termination Notice Period Committed Delivery Date Expiration Date* 1018 2021 Contact Information Contact Info Contact Name Contact Type Contact Email Purchasing Contact Phone Purchasing Approver Purchasing Approved Date Approval Process Department Head Finance Approver TORY TAYLOR BARB CONNOLLY DH Approved Date Finance Approved Date 03,`2312021 03, 24202I Final Approval BOCC Approved Tyler Ref # AG 032921 BOCC Signed Date BOCC Agenda Date 03 29 2021. Originator SCEESAMAJ Contact Phone 2 Legal Counsel BOB CHOATE Legal Counsel Approved Date 03 .'24 2021 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 4, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Treasurer Office Remodel; B2100052 As advertised this bid is for the remodel of the Treasurer Office. The low bid is from Edman Builders LLC and meets specifications. Therefore, the Facilities Department is recommending the award to Edman Builders LLC in the amount of $495,952.73. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director � aoaa -c�qo �a8 �Ca003 WELD COUNTY PURCHASING 1150O Street, Room #107, Greeley, 0O 80631 E -Mail: cmIDeters(cDweldgov.com E-mail: reverett(a)-weldgov.com E-mail: rturf(a�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 18, 2021 REQUEST FOR: TREASURER'S OFFICE REMODEL DEPARTMENT: FACILITIES BID NO: #B2100052 PRESENT DATE: FEBRUARY 22, 2021 APPROVAL DATE: MARCH 8, 2021 COMPLETION VENDOR TOTAL DATE EDMAN BUILDERS, LLC $495,952.73 8/20/2021 222 N US HIGHWAY 287 FORT COLLINS, CO 80524 AMERICAN CONSTRUCTION $506,417.00 NLT 09/27/2021 SERVICES, LLC 1905 W. 8T" STREET, SUITE 215 LOVELAND, CO 80537 GROWLING BEAR CO INC $582,736.00 9/27/2021 2330 4TH AVE GREELEY, CO 80631 TCC CORPORATION $598,344.00 9/24/2021 609 GRYFALCON COURT, UNIT D WINDSOR, CO 80550 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2021-0490 Oa-l2a IsL��a_3
Hello