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
20202516.tiff
COntract —=O (16 Cog DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 March 16, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Coroner Building Remodel (B2000154) - Change Order #4 During construction, there were some items discovered that need to be addressed. First, the Coroner revealed the medical vacuum was not needed. In addition, a concrete landing and accompanying site grade rework was needed for an entryway. Plus, two carbon monoxide detectors were identified as not needed. The cumulative result is a credit to the County in the amount of $20,297.00 with the items as follows: Medical Vacuum Return (24,139.70) Medical Vacuum Shipping 3,095.00 Fire Alarm (675.00) Concrete 502.20 Sitework 920.00 Total (20,297.50) Therefore, Facilities is recommending this change order for a credit in the amount of $20,297.50. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director effins-en+ ,,,,,��� '/ oai�raI�-- 3/�91� oo- asi� g&ooa� Date: CHANGE ORDER # 4 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND DOHN CONSTRUCTION INC. March 16, 2021 Original Agreement: Weld County document no. 2020-2516 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. All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: bc,, By: J.%v►- Name: l �r,�G�-�. 3 A Title: pf.c 5 .7-t- ATTEST: Weld BY: Deputy CI �� /"v►G + iirf t�rnc „ttritet) •�to%e. Date 3- d 7- 2.G at BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 1 of 1 Moreno, Chair MAR 2 9 2021 ,ZoatD 5 / Exhibit: Change Order # 4 DONN CONSTRUCTION. INC. 2542 Midpoint Drive Fort Collins, CO 80525 Ph: 970-490-1855 Fax: 970-490-6093 Change Order Request Owner : Weld County Department of Buildings and f 1105 H Street Greeley, CO 80631 Project: 1669. / Weld County Coroner Renovation and At 1121 M St Greeley, CO 80631 Change Order Request ft: 12 Concrete LandingiFlre Mem'Alec Credit Item: 1 Concrete LandinglFIre AlarmNac Credlt Contract Item: 0 Change In Days: 0 Phase Description Per returned flre alarm submittals eliminate 2 CO detectors in garage. Per RFI53 Add concrete lending not shown on plans. Return of Med Vac and 50% restocking fee. - Final credit is determined upon return of equipment. Cost Type Quantity UM Unit Price Amount 033000-12 Cast In -place Concrete 220000-12 Med Vac Return 283000-12 FireAlann 312000-12 Earth Moving 220100-12 Shipping 3 SUBS 3 SUBS 3 SUBS 3 SUBS 5 OTHER 0.00 LS 0.00 LS 0.00 LS 0.00 LS 0.00 LS 0.00 0.00 0.00 0.00 0.00 502.20 -24,139.70 -575.00 920.00 3,095.00 Phase Subtotal Item : 1 -20,297.60 Subtotal For Item:1 -20,297.60 Total For Change Order 20,297.60 Approved By: Weld County Department of Buildinas and Grounch Submitted By: john Construction. Inc, Signed: Signed: 0140+aaaey,,.we,u.a., Jennifer Cheviot :Z. "="1""r" Date: Date: Mt*:MIWO!iGT* WWI Page 1 2/10/2021 Integrity Fire -Safety Services — Print : Quotevlaw : ServiceTrade From Integrity Fire Safety Services 2695 W 3rd Ave Denver CO 80219 303-557-1820 Quote No. 1542219 Quote For Integrity Fire Safety Services Type Installation Prepared By Cody Thulin Created On 02/08/2021 Description of Work Provide credit for labor and materials for CO detectors not being installed Services to be completed [Alarm Systems] Location - Building " Provide deduct for two CO detectors " Provide deduct for labor to install CO detectors Approved by Sam Young on 2/10/2021 09:28am from IP address 73.3.239.227 1121 M Street 1121 M Street Greeley CO 80631 GRAND TOTAL ;875.00 tatpsalapp.setvicetrade.com/quotevlew/printnap3Cy0G364dL9NsFe1MUOKU3pPHtLuEPFlunAeas4rgsH2EXS7IcatORI NAoAv2oNOMWuGmx4QJS... 1/1 2 man Hand Crew (10) His ® $45(Hr Moonlain Weal DK Work, LLC MOUNTAINWEST PO flax era» Channe Order For. Weld County Coroner Fdnadans,Cda 60027 Office (070) 031.0017 Flt (eel) 077-3356 eslimalinademountainwestd(dwork.com RFI 053 Odin CamVuc®m 2892 Midpoint Drive Fdti Collins, CO 80525 Excavator (3) his at $125(hr $ 375.00 Skid Steer (1) Hr r. $95(Hr $ 95.00 $ 450.00 TOTAL $ 920,00 /•'1.61"1044, Pierson Concrete 250 Barberry Place Loveland, CO. 80537 (970)221-1509 CHANGE ORDER FEBRUARY 9, 2021 SUBMITTED TO: DOHN CONSTRUCTION, INC. 2642 MIDPOINT DRIVE FORT COLLINS, CO 80525 PHONE 970-221-1509 JOB LOCATION: WELD COUNTY CORONER 121114 STREET GREELEY, CO 80631 CO #3 -RFI 53 ADDED CONCRETE LANDING THIS CO INCLUDES TIIE FOLLOWING ITEMS: RFI 53 - ADDED CONCRETE LANDING 108 SF 4" CONCRETE LANDING NO REINFORCEMENT THE ABOVE WORK ES TO BE PERFORMED IN ACCORDANCE WITH THE DRAWINGS AND SPECIFICATIONS SUBMITTED, FOR THE SUM OF, $502.20 EXCLUSIONS; WINTER PROTECTION(UNLESS OTI IERWISE SPECIFIED), TRAFFIC CONTROL, TESTING AND INSPECTIONS, STAKING AND LAYOUT, BOND, PERMITS OR PERMIT FEES, DAVIS BACON WAGES, WEEKEND OR NIGHT WORK, SANDBLASTING, COLOR, OVERLAY, OR STAMPED CONCRETE(UNLESS OTHERWISE SPECIFIED), INSPECTIONS, DRILLING, REMOVAL OF SPOILS MORE THAN 100PT. FROM HOLE, SACKING OF WALLS, PATCHING, BOLT & EMBEDS, GROUTING, INSULATION, SEALING, WATER PROOF MEMBRANE, INSTILLATION OF DOWELS, ANCHOR BOLTS, REBAR CAPS, EMBEDS, EPDXY INSTILLATION, REBAR, SEALING & CURING, UTILITY LOCATES, FORMING & CLEANING OF DECKS, WELDING, GRINDING, DEMO, EXCAVATION, CAULKING, ANY AND ALL HARDWARE, BOLLARDS, MOCKUPS, SUPPLYING OR MAINTAINING CONCRETE WASIIOUTS. )VOTE, *IP ANY ITEM IS NOT SPECIFICALLY LISTED ABOVE, IT IS NOT INCLUDED. *QUANTITIES ON QUOTE ARE ESTIMATED. ALL BILLED QUANTITIES TO BE BY FINAL FIELD MEASUREMENTS. *QUOTE VALID FOR 15 DAYS. *BOND RATE; 3%. ADD IF NEEDED. *SALES TAX INCLUDED ON MATERIALS. *UNKNOWN FUTURE MATERIAL INCREASES MAY APPLY. *WORKMAN'S COMPENSATION AND GENERAL LIABILITY INSURANCE IS TO BETAKEN OUT BY PIERSON'S CONCRETE, CONSTRUCTION CO. 'CAISSONS -SURROUNDING GRADE IS TO BE +/- .5' FROM TOP PF PIER. ANYTHING OUTSIDE OF THIS RANGE WILL BE BILLED OUT AT THE. OVER/UNDER RATE. RESPECTFULLY SUBMITTED JESSICA MCMAI ION IF PROPOSAL IS ACCEPTED, PLEASE SIGN BELOW AND RETURN TO PIERSON'S CONCRETE Page 1 of 1 Pattons medical medical gas solutions for life Project: Weld County Coroner Renovation & Addition Greeley, CO Quote ID Q028911 A Project Base Bid - Page 1 Bid Date 08/07/2020 Local Sales Representative Elizabeth Firkle - CO Ph: (480) 408-7521 Fax: n/a Elizabeth.ziride@pattorismedical.com Item Number Description Quantity UM Price Per Extension Total price of this quotation for the equipment contained In the attached summary is... `Any additional equipment required or Implied by the plans or specifications but not listed in this summary is not Included in this total price. Total Price does not include any applicable taxes Estimated ground freight charges for standard deliveries... Freight cost is estimated based on one complete shipment of all equipment and items contained in the quotation. if multiple shipments are necessary, additional freight expense wilt be required and will be the sole responsibility of the purchaser. Additional incurred freight will be prepaid and added to the invoice unless otherwise instructed. Total equipment price and estimated freight charge (Options Not Included)... Special shipping charges and fuel surcharges extra. (Not included In total price) Notes: PREPAY and ADD FREIGHT ESTIMATE INCLUDED 1.Taite off based on specs and drawings P3.4 and P5.1 dated 8/9/2020. 2.Source valves quoted to match valve included with Patton's Medical systems and may differ from source valve listed on drawings. 3.No details shown for terminations; NO BID. 4.Must confirm ball valve sizes and quantities as there was no detail to the end connection. 5.No alarms are shown on drawings. Prepared By: Karmin Reese Print Date: 08/07/2020 53,095.00 `The pricing in this proposal Is militant to expire within 90 days. This quotation supersedes all previous quotations Issued by Patton'a Medical. By acceptance, Buyer also agrees to delivery of all merchandise Included herein within 90 days from notice of acceptance Is received by seller. Pattons medical MATERIAL RETURN RECORD Vendor/Customer Number: 72420 DCI Returned To/From: Pattons Medical 4610 Entrance Drive Suite H Charlotte, NC 28273 Authorized By: Jan Everett Shipped Via: Date of Authorization: 3/3/2021 Rum #: 2534MED warranty Claim #: Full Credit: Partial Credit: 50% Replacement: Exchange: Vendor Invoice #: Invoice Date: invoice #: MD038762 Invoice Date: 10/30/2020 Purchase Order #: 1669.008 PO Date: Returned Part Number Description Unit Price 1 68L -22-022A Lab Air Scroll 2 HP VTM SPC $23,849.90 1 74v -22-022A Med Vac Claw 2 HP DPX VTM $22,902.55 3 PMIV-2L-100 Med 'so Valve 1" $251.55 3 PMIV-2L-125 Med Iso Valve 1-1/4" $310.05 1 M1-PRSW-G-AIR Pressure Switch/Gaugee Air $304.84 1 PMIV-2L-075 Med 'so Valve 3/4" $68.64 Special Remarks: 50% restocking applies Date Returned: Prepared By: Item(s) must be returned with this form within 30 days after RG# is issued. Item(s) must be returned in original factory packaging. Patton's Medical reserves the right to refuse credit if instructions are not followed. 4610 Entrance Drive Suite H, Charlotte, NC 28273 1 T 704 629 6442 1 F 704525 5148 Authorized By: Jan Everett Pattons medical MATERIAL RETURN RECORD Vendor/Customer Number: 72420 DCI Date of Authorization: 3/3/2021 Retumed To/From: RMA #: 2534MED Warranty Claim #: Pattons Medical Full Credit. Partial Credit: 50% 4610 Entrance Drive Suite H Replacement: Exchange: Charlotte, NC 28273 Vendor Invoice #: Invoice Date: Invoice #: MD038762 Invoice Date: 10/30/2020 Shipped Via: Purchase Order #: 1669.008 PO Date: Returned Part Number Description Unit Price 1 M1-PRSW-G-VAC Vacuum Switch/Gauage Vac $297.30 1 PMIV 2L-150 Med Iso Valve 1-1/2" $138.45 2 19-03-001 Muffler, 1.5" $156.12 Special Remarks: 50% restocking applies Date Returned: Prepared By: Item(s) must be returned with this form within 30 days after RG# is issued. Item(s) roust be returned in original factory packaging. Patton's Medical reserves the right to refuse credit if instructions are not followed. 4610 Entrance Drive Suite H, Charlotte, NC 28273 I T 704 529 6442 I F 704525 5148 New Contract Request Entity Information Entity Name* DOHN CONSTRUCTION INC Contract Name* CORONERS BUILDING 2020-2516 Contract Status CTB REVIEW Contract Description* CHANGE ORDER x 4 Contract Description 2 Contract Type* CHANGE ORDER Amount* ( S20,297.50) Renewable* NO Automatic Renewal Grant ICA Entity ID* X00042286 Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds,foweidgov.c om Department Head Email CM-BuildingGrounds- DeptHeadeldgov.com County Attorney GENERAL COU=NTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY'@WELDG OV.C.OM ❑ New Entity? Contract. ID 4569 Contract Lead* SGEESAMAN Contract Lead Email sgeesaman'_<co.�veid.co.us Requested BOCC Agenda Date 03x'4 2021 Parent Contract ID Requires Board Approval YES Department Project # Due Date 03 20 2021 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master- Services Agreement Number- should be left blank if those contracts are not in OnBase Contract: Dates Effective Date Review Date* Renewal Date 07 31:'2021 Termination Notice Period Committed Delivery [late Expiration Date 07'31:2021 Contact Information Contact Info Contact Name Purchasing Contact Type Contact Email Contact Phone I Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head TOBY TAYLOR DH Approved Date 0318,"2021 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03 292421 Originator SGEESAMAN Finance Approver BARB CONNOLLY Legal Counsel BOB CHOATE Finance Approved Date Legal Counsel Approved Date 03 22 2021 03 > 22; 2©21 Tyler Ref # AG 032921 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 January 21, 2021 To: Board of County Commissioners From: Toby Taylor Subject: Coroner Building Remodel (B2000154) - Change Order #3 During construction, it was discovered the structural plans did not include appropriate attachment points to support the surgical lighting system. Additional angle iron is needed to be installed. In addition, sleeves through the walls are needed to support the data cabling installation. The cost of the change order is $6,880.91. Buildings & Grounds is recommending approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Oinst(t A- 4-0401& Ott2-rf.2.3 CC.� aGErr/sue ,A,..vpi 2.020-25 I V to&t 00ZZ BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Coroner Building — Change Order 3 DEPARTMENT: Buildings & Grounds PERSON REQUESTING: Toby Taylor DATE: 1-19-2021 Brief description of the problem/issue: The structural plans did not include appropriate attachment points to support the surgical lighting system. Additional angle iron is needed to be installed. In addition, sleeves through the walls are needed to support the data cabling installation. The cost of the change order is $6,880.91. What options exist for the Board?(include consequences, impacts, costs, etc. of options): 1. Disapprove change order 2. Approve change order Recommendation: Place change order on an upcoming agenda so official approval can be done at a public meeting. Perry L. Buck Mike Freeman Scott K. James, Pro-Tem Steve Moreno, Chair Lori Saine Approve Schedule Recommendation Work Session Other/Comments: CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND DOHN CONSTRUCTION INC. This Agreement Amendment ("Amendment"), made and entered into _21%1 day of January , 2021 by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Dohn Construction Inc. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-2516, approved on September 21, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendments, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order #3, dated January 13, 2021 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR:ltn 4ns-1r �G +►r r�►.G e � Ili," Pre•1gitn4 G Signature ATTEST: ddrAvo Jeie4; „k. Weld C • my C erk to the Bo. rd BY: ' 1. Deputy Clerk APPROVED AS TO FUNDING: Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Steve Moreno, Chair JAN 2 7 2021 APPROVED AS BSTANCE: lected'Official or Department Head Exhibit -Change Order #3 IXI DONN CONSTRUCTION. INC. 2642 Midpoint Drive Fort Collins, CO 80525 Ph: 970-490-1855 Fax: 970-490-6093 Change Order Request Owner : Weld County Department of Buildings and C 1105 H Street Greeley, CO 80631 Project: 1669. / Weld County Coroner Renovation and Ac 1121 M St Greeley, CO 80631 Change Order Request #: 10 RFI 024.1 Surgical Light Support/Conduit Sleeves Item : 1 RFI 024.1 Surgical Light Support Contract Item: 0 Change In Days: 0 Phase Description Per RFI 024 add support angles for surgical light. Install 4" conduit sleeves in walls for low voltage per owner request. Cost Type Quantity UM Unit Price Amount 051000-10 Structural Steel 260000-10 Electrical 3 SUBS 3 SUBS 0.00 LS 0.00 LS Phase Subtotal Item : 1 Insurances Contractor Fee Bond 0.00 3,322.00 0.00 2,750.00 2.00% 10.00% 1.00% 6,072.00 121.44 819.34 68.13 Subtotal For Item: 1 6,880.91 Total For Change Order 8,880.91 Approved By: Weld County Department of Buildings and Ground: Submitted By: ®ohn Construction. Inc% Signed: Signed: Date: Date: oloitanysigned by Jennree IIICI LI I d V Dare, 2021.01.13 119454 .orov Page 1 Blr4C-WELDING, INC. b IFapicatbn ad Ertctbn te Steel Fabrication and Erection REQUEST FOR CHANGE To: Dohn From: Brian Nygard IRFC# 1 !Date: 1/5/2021 Project Subject Ds awis% Ref: RFI's Covered 20-069 WCC Surgical tight Mounting RFI 24.1 Description of Change: Labor and material to fab and install 3 x 3 x 1/4 and 2 x 2 x 1/8 support angles for surgical light supports at 3 locations Current Change Order $3,322 Work to be done: Work was done on: Notes: Submitted By: Brian Nygard Print Name 13riarvNygarcb Signature / Date 1 Approved By: Print Name Signature / Date Description L3 x 3x 1/4 RFC Breakout Material Qty 1 Price per Unit $ 221.00 Total $221.00 L2 x2 x1/8 1 $ 75.00 $75.00 $0.00 $0.00 $0.00 - $0.00 $0.00 $0.00 $0.00 Total Price $296.00 Labor Description Hrs Hourly Rate Total f_ab/prime 6 $ 85.00 $510.00 __ _ $0.00 install 24 $ 85.00 $2,040.00 $0.00 $0.00 $0.00 $0.00 Total Price $2,550.00 Administrative Costs Description Hrs Hourly Rate Total $0.00 admin time 0.5 $ 85.00 $42.50 $0.00 $0.00 Total Price 1- $42.50 Equipment Rental Description Hrs Hourly Rate Total i $0.00 $0.00 - _.._.__ _ .__------ - -- --- - --- $0.00 - - - -- - ---- $0.00 Total Price $0.00 Total _ Labor $2,592.50 Material $296.00 Equipment Rental $0.00 0 & P (15%) $433.28 RFC Total $3,322 2 ICI DONN CONSTRUCTION, INC. REQUEST FOR INFORMATION Project: Weld County Coroner Renovation and Addition RFI #: 24.1 Date Sent: 12/11/2020 To: From: Curtis Naibauer Kayla Utter Weld County Department of Buildings and Grounds Dohn Construction, Inc. 1105 H Street 2642 Midpoint Drive Greeley, CO 80631 Fort Collins, CO 80525 Phone: 970-400-2023 Phone: 970-490-1855 Fax: Fax: 970-490-6093 Email: cnaibauer@weldgov.com Email: kutter@dohnconstruction.com Requesting Firm: Contact: Dohn Construction, Inc. Luis Carmona, 970-566-0690 Subject: Status: Response Required By: Surgical Light Mounting Desk Open 12/18/2020 Submittal #: Drawing #: Addendum: Spec Section: Schedule #: A3.0 RFI Detail: Please provide a detail for a ceiling support for the approved surgical lights. Per prodcut data, support must be able to hold at least 8001b. Schedule and Cost Impact: Description: I Schedule (# of days): I Costs: I Suggestions Response: Support surgical lights from 2x2x1/8 angles bolted to the track assembly as detailed in the product data submittal, Diagram F - Fastrac Mounting Details. Extend the angles at the slopes indicated to bottom of joist elevation and weld to a horizontal 3x3x1/4 angle as shown on attached detail. Response by: Duncan Kline and Matt Tompkins CC, Date: 12/15/2020 / STEEL ROOF DECK L 2X2X1/8 SUPPORT FROM - TRACK ASSEMBLY SUPPORT DETAIL STEEL JOIST (TYP) 3/16 17- 60°- 85° .00' B.A.R. Electric Co., Inc. B.A.R. PO Box 190 (ELECTRIC Mead CO 80542 303-772-0666 License: #3430 To: Dohn Construction 2642 Midpoint Drive Ft. Collins CO 80525 Change Order Order#: 4 Order Date: 01/12/2021 Project: 12705 Weld County Coroner 1121 M St Greeley CO 80634 The contractor agrees to perform and the owner agrees to pay for the following changes to this contract. Ordered By: Customer Order: Plans Attached El Specifications Attached Description of Work Amount Install Conduit Sleeves 2,750.00 Notes Install conduit sleeves Install 4" Conduit sleeves in walls for low voltage wiring. Negative changes will lower the overall contract price requiring no additional payment by owner. Requested Amount of Change 2,750.00 Theoriginal Contract Sum was ... ...................._....._...._.............. ........._........._.................._..............._......_........... ..._........... Net change by previous Change Orders .._..___.___...___.,..__........._.__........._........._._.._..._.. The Contract Sum prior to this Change Order The Contract Sum will be changed by this Change Order The new Contract Sum including this Change Order will be The Contract Time will be changed by 264, 250.00 12, 875.00 277,125.00 2,750.00 279,875.00 0 Days Owner. Date: Contractor: Date: DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 December 15, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Coroner Building Remodel (82000154) - Change Order #2 During construction, the following electrical issues have arisen: • Coroner has requested external electrical outlets to plug in vehicles • The cooler manufacture does not include lighting as an option. • The floor scale needs an electrical disconnect installed. To correct these issues, a change order in the amount of $10,765.59 is needed. Therefore, Buildings & Grounds is recommending approval of the change order in the amount of $10,765.59. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director eorysre,n+- AZ -11011 latai� 6(,0 cO&CI'r/s& /009-//' r3GOOQ CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND DOHN CONSTRUCTION INC. Obi �S+ This Agreement Amendment ("Amendment"), made and entered into day of December, 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Dohn Construction Inc. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-2516, approved on September 21, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendments, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order #2, dated December 11, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: DV "L v1 ZO 4 6-1,,A.,:rtes: ld +� `'' /- 63,,,5146 al i' Part s/jLr..i ted Na Signatu ATTEST: Wel APP_ Controller f/.ca�n� `!� •aC�to��.�. County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 0 Mike Freeman, Chair APVED AS TO FORM: l& e DEC 2 12020 APPROVED AS TQ;8IJBSTANCE: lected CFicial or Department Head ao02a _ 02-� la. Exhibit: Change Order # 2 IX! DOHN CONSTRUCTION. INC. 2642 Midpoint Drive Fort Collins, CO 80525 Ph: 970-490-1855 Fax: 970-490-6093 Change Order Request Owner : Weld County Department of Buildings and C 1105 H Street Greeley, CO 80631 Project: 1669. / Weld County Coroner Renovation and Ac 1121 M St Greeley, CO 80631 Change Order Request #: 8 Electrical Changes item : 1 AS! 3 - Electrical Changes Contract Item: 0 Change in Days: 0 Phase Description Includes - -Wire for (3) Dedicated Block Heater circuits -Changes for ASI-003 - Pipe and wire for (7) 48" LED Fixtures inside cooler. Fixtures supplied by manufacturer. Revise Cooler/Freezer and rough -in power. Revise Two -Body Freezer rough in power. Wire for sliding door for Room 137 . Wire for floor scale revision. Revise and add Disconnects for equipment. Revised and breakers for cooler/freezer revisions. Cost Type Quantity UM Unit Price Amount 260000- 06 Electrical 3 SUBS 0.00 LS 0.00 9,500.00 Phase Subtotal item : 1 9,600.00 Insurances Contractor Fee Bond 2.00% 10.00% 1.00% 190.00 969.00 106.69 Subtotal For Item: 1 10,766.69 Total For Change Order 10,766.69 Approved By: YVeld County Deoartment of Buildinas and Ground: Submitted By: pohn Construction. Inc. Signed: Signed: Jennifer Chavies Date: Date: Digitally signed by Jennifer Chivvies Date: 2020.12,11 13:17;54 Page I 4°.1".."':- B.A.R. Electric Co., Inc. CB.A.R. PO Box 190 E L E C 1' R I C Mead CO 80542 303-772-0686 License: #3430 To: Dohn Construction 2642 Midpoint Drive Ft. Collins CO 80525 Change Order Order#: 2 Order Date: 12/11/2020 Project: 12705 Weld County Coroner 1121 M St Greeley CO 80634 The contractor agrees to perform and the owner agrees to pay for the following changes to this contract. Ordered By: Customer Order: Plans Attached ❑ Specifications Attached ❑ Description of Work Amount ASI-003 8,500.00 Notes Changes forASl-003 Pipe and wire for (7) 48" LED Fixtures inside cooler. Fixtures supplied by manufacturer. Revise Cooler/Freezer and rough -in power. Revise Two -Body Freezer rough in power. Wire for sliding door for Room 137 Wire for floor scale revision. Revise and add Disconnects for equipment. Revisde and breakers for cooler/freezer revisions. Negative changes will lower the overall contract price requiring no additional payment by owner. Requested Amount of Change The original Contract Sum was _,_.., _M...__._�..._...__..._..._..._......._.._..._...___._.w_._ Net change by previous Change Orders The Contract Sum prior to this Change Order _...�_ ..__.._..........._ The Contract Sum will be changed by this Change Order The new Contract Sum including this Change Order will be _ . The Contract Time will be changed by 8,500.00 264,250.00 3,375.00 267,625.00 8,500.00 276,125.00 0 Days Owner: Date: Contractor: Date: .•00"."6' :"r B.A.R. Electric Co., Inc. %B.A.R. PO Box 190 ( ELECTRIC Mead CO 80542 303-772-0666 License: #3430 To: Dohn Construction 2642 Midpoint Drive Ft. Collins CO 80525 Change Order Order#: 3 Order Date: 12/11/2020 Project: 12705 Weld County Coroner 1121 M St Greeley CO 80634 The contractor agrees to perform and the owner agrees to pay for the following changes to this contract. Ordered By: Customer Order: Plans Attached Specifications Attached Description of Work Amount Dedicated Block Heater Circuits 1,000.00 Notes Wire for (3) Dedicated Block Heater circuits. Negative changes will lower the overall contract price requiring no additional payment by owner. Requested Amount of Change 1,000.00 The original Contract Sum was _..___._.._.___.._..._._....w._ _...._._.._.._......._...._._..._.._..__._.._..........__......._....._..._..,..._. Net change by previous Change Orders The Contract Sum prior to this Change Order..__..__,.__......___........._.__......._._......_..�__._._._...__...__...__..,.._. The Contract Sum will be changed by this Change Order The new Contract Sum including this Change Order will be The Contract Time will be changed by _ _._._.�..._.._._...___,..M_..._.._..._..._...______......._...._..._ __._ 264,250.00 3,375.00 267,625.00 1,000.00 268,625.00 0 Days Owner: Date: Contractor: Date: DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 December 2, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Coroner Building Remodel (B2000154) - Change Order During construction, several issues have arisen which include: • Blown insulation needed to be replaced with batt insulation • Supplemental locker manufacturer • Reconfigure wall to allow larger conference room space • Remove CMU block to allow the specified door to fit. • Change type of Acoustical ceiling the in office areas to match county standard • Add air and vacuum valves to autopsy tables. After the process of resolving these issues, a change order credit in the amount of $1,082.00 is proposed. Therefore, Buildings & Grounds is recommending acceptance of the change order credit in the amount of $1,082.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director /4( 12 /07 2© v cp � C/ 5� 220 - �s t6 �T 1O21 P 7I2 -C' CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND DOHN CONSTRUCTION INC. This Agreement Amendment ("Amendment"), made and entered into 30th day of November, 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Dohn Construction Inc. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-2516, approved on September 21, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order #1, dated November 30, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: D:0�14.6 Pr1_s*ice 4,:t ed Nam nn t.i Signature G f, ATTEST: doarA �I• Xid•+;l1 Weld BY: Deputy Clerk APPROV6,AS TO FUN G: Controller APPROVED AS TO FORM: /s County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO rikr\AQa„._ _ Mike Freeman, Chair DES, 0 7 2020 PPROVED AS Tai= BSTANCE: ficial or Department Head (7249.2.9 Exhibit: Change Order #1 ICI DOHN CONSTRUCTION, INC. 2642 Midpoint Drive Fort Collins, CO 80525 Ph: 970-490-1855 Fax: 970-490-6093 Change Order Request Owner : Weld County Department of Buildings and C 1105 H Street Greeley, CO 80631 Project: 1669. / Weld County Coroner Renovation and At 1121 M St Greeley, CO 80631 Change Order Request #: 1 Misc. Changes Item : 1 Misc. Changes Contract Item: 0 Change In Days: 0 Phase Description Provide Sentinel Evidence lockers in lieu of specified lockers. Per approved submittals. Provide R-38 batt insulation in existing ceiling per RFI 010. Delete insulation per RFI 011. Delete Wall between Conference Room 110 and office 112 making it into one large conference room ASI 001 - Includes - -Add additional materials and labor to install new foot pedals for S-1 sink. Lead time 6-B weeks. -Changes in electrical drawings. -HVAC changes were no cost changes. Per PR #1 - -Remove Course of CMU over existing header and raise existing lintel over door 123. -Tuck and point existing CMU at lintel. Change all of ACT 1 to #2310 Radar and leave all of ACT 2 Mars Healthcare. Add Air and Vacuum valves at autopsy tables. CostType Quantity UM Unit Price Amount 024000- 01 Demolition & Structure Movina 072100- 01 Thermal Insulation 042000- 01 Masonry 072100- 01 Thermal Insulation 084000- 01 Storefront No Cost Change 095100- 01 Acoustical Ceilings 105100- 01 Lockers 123000- 01 AirNacuum Valve 220000- 01 Plumbing 260000- 01 Electrical 017419- 01 Construction Waste Management 1 LAB 1 LAB 3 SUBS 3 SUBS 3 SUBS 3 SUBS 3 SUBS 3 SUBS 3 SUBS 3 SUBS 6 OTHER 3.00 HRS 3.00 LS 0.00 LS 0.00 LS 0.00 LS 0.00 LS 0.00 LS 0.00 LS 0.00 LS 0.00 LS 0.00 LS 40.00 40.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 120.00 120.00 900.00 2,370.00 0.00 -4,462.00 -6,500.00 1,200.00 1,720.00 3,375.00 75.00 Phase Subtotal Item : 1 -1,082.00 Subtotal For Item: 1 -1,082.00 Total For Change Order -1,082.00 Approved By: Weld County Deaartment of Buildings and Ground: Submitted By: Dohn Construction. Mc, Signed: Signed: Date: Date: Digitally signed by Jennifer emuuer Lttdvles Date: 2020.11.3014:15:57 -07'00' Page i Li Allied Lic# Insulation none I 2165 Tel: Citrine Court (970) 223-7090, Loveland, Fax: (970) CO 80537 223-7098 WORK. AGREEMENT 1 TO: DORN CONSTRUCTION DCI / 603254 RE: Weld County Coroner Remodel r Address: 1121 M STREET GRFELEY, WELD, CO, 80634 Address: 2642 MIDPOINT DR, FORT COLLINS, CO, 80525 Attn: Date: 10/15/2020 Expiration bated 01/13/2021 Tel: (970) 490-1855 Estimator: King, Larry E Fax: (970) 490-6093 Quote #: 76769482 Version 3 of 3 Division #: 004 - LOVELAND CO, AI Subject to the terms and conditions stated in this agreement, Contractor is willing to furnish to you all material and labor required for the Scope of Work described below: Scope of "work (the "Work") to be performed: Draft stop, fire block, fire stop (UBC 708.2.1 et seq., formerly 2516(f), or locally adopted equivalent), and fire rated caulking are not included within Contractor's Work unless specifically listed below. Flan #a N4 I NA Trade INSULATION ork Area EXTERIOR WALLS CEILING AREA VAULTED AIR INFILTRATION INTERIOR SOUND WALLS Base Price: Optins R38 BATTS INSTALLED IN GARAGE CEILING 60471 v9 Product NOM. 3" CLOSED CELL FOAM R-21 CCX SUMMER INMW TM SOUND AND FIRE 3X 16X48 PB@4 (53.33 SF/BG) NOM. 5" CLOSED CELL FOAN1 R-34 CCX SUMMER IBA GEN R-19 KFT 15" POLY FILM,2M 12' X200'CLR IBA .TM R-30 UNF 24"X48" 88 SF FOAM CIS-AS-C.IP 24 OZ. 1" & LABOR FOAM CF812 WINDOW & DOOR 22.5 OZ. IBA GEN R-13 UNF 15" IBA GEN R-19 UNF 16" Additional Information: IBA GEN R-38 UNF 24" Notes: R38 BATT INSTALLED IN THE EXISTING GARAGE CEILING. Pa2,e L of 4 Notes INSTALL 3" OF CLOSED CELL FOAM TO THE EXTERIOR WALLS OF THE OFFICE, WELLNESS OFFICE AND THE OPEN SPACE 1N THE EXISTING BLDG.. THIS INCLUDES GARAGE DOOR INFILL. 3" MINERAL WOOL INSTALLED IN THE EXTERIOR WALLS OF THE NEW AUDITION. 5" CLOSED CELL FOAM INSTALLED AT TOP PLATE AT PERIMETER WALLS OF NEW ADDITION TO SEAL THE TOP PLATE. INSTALL IN INFILL AREAS WERE DOORS OR WINDOWS HAVE BEEN REMOVED. PROTECTION FROM CLOSED CELL FOAM OVERSPRAY. R-30 BATTS INSTALLED IN ROOF RAFTERS THAT ARE SHADED ON ROOF PLAN. 2-A, 2-B, 3- B INTERIOR WALLS 1-A, 1-C, 3-A INTERIOR WALLS +$2,875.00 initial 1 Front: To: Subject: Lf rry Ki rig aennifer Chavies RE: Work agreement for DOHN CONSTRUCTION DCI / 1121 M 5 i REET GREELEY, WELD, CO, 80634. Quote # 76769482 / 5362137 / 004 ate: Thursday, October 15, 2020 12:59:22 PM Attachments: image002.pna image003.png image0041png 10.41 ..,.., w 'tthoWititeei A..44•••- . •. •o �.. r-� ...... rw.'NA,-Wea.wvnu.rrn+.rrn..imn..nWaG"etirinnbenedmsen.w..Mwitime. wrwa.ncaao-ugym41)4Mx.m..4MWa49PPNi Jennifer Based upon the clouded areas, you should deduct $505.00 to delete the R-30 baits. Let me know if you have any questions. Thank you La yKin Estimator/Sales Allied/PRO Insulation 2165 Citrine Ct, Loveland CO 80537 0-5 970-223-7090 C+ 970-213-4134 F+ 970-223-7098 iking unitedsub.ct' m From: Jennifer Chavies <jchavies@dohnconstruction.com> Sent: Thursday, October 15, 2020 10:16 AID To: Larry King <Iking@unitedsub.com> Cc: Luis Carmona<Icarmona@dohnconstruction.com>; Kayla Utter <kutter@dohnconstruction.com> Subject: RE: Work agreement for DOHN CONSTRUCTION DC1 1121 M STREET GREELEY, WELD, CO, 80634. Quote ,# 76759482 / 5362137 / 004 Thanks Larry The area ciouded is where we do not need insulation, Luis - Please correct me if this is rot correct. Thank You, Jennifer Chavies Senior Project Manager OHS �CONST. �����I,. � T 970.490.1355 970.366.0895 2642 Midpoinl Drive I Fort Collins, CO j 80525 ...r ui!7;.ch ti?e?"`2'..�Srelseni:aareka.•s�.l:-a'' n��ars- . i 1 DOt4N! CONSTRUCTION, INC. SUBMITTED FORAPPROVAL By: Dolan Construction, Inc. 2642 Midpoint Drive Fort Collins, CO 80525 RE: Project: Weld County Coroner Renovation and Addition Subcontractor/Supplier: , Submittal #: 31, Revision: 0 Attention: Curtis Naibauer Weld County Department of Buildings and Grounds 1105 H Street Greeley, CO 80631 Please review the following submittal(s) and return to Kayla Utter by 10/7/2020. Submittal Item Status Date Submitted Spec. No. 1 : Metal Lockers Product Data For Approval 09/30/2020 105113-001 2 : Metal Lockers Shop Drawings For Approval 09/30/2020 105113-001 General Contractor: DOyN CONSTRUCTION, INC. ❑ REJECTED a. NO EXCEPTIONS TAKEN ❑ MAKE CORRECTION NOTED REVISE AND RESUBMIT ■ BY Kayla (Utter DATE 9/30/2020 Remarks: Please see attached substitution request. Architect/Engineer: APP VE tyrtis Naibauer at 1:49 pm, tact 99, 2020 f CONSTRUCTION aohn Construction, Inc. SUBSTITUTION FORM Project: Weld Count\ Coronet: To: Dohn Constructing ��� iS YID 1���� Re: Specification I''VfETAL LOCKERS Section: Substitution Request Number: From: iii Sr -blister President Certified Riisiness Services, inc_ Gate: 0qin�20 Project Number: Contract For: 10 5 113 Title: Page Pass-Thru Evidence Lockers ArticlelParagra ph: Proposed Substitution: tntinel Fyirlenre ! orkeirs Manufacturer: Tiffin metal Products Address: 450 Wall St., Tiffin, OH 44883 Phone: 800-537-0983 Trade Name: Model No,. �2R,��2d0 A Installer: Phone: 103-697-Si7110 Address: 692_0 S. Jordan Rd. S‘lite g rentenniai, r n 80112 History: x New product O 1-4- years old O 5-10 years old 0 More than. 10 year, old Differences between proposed substitution and specified product: Perforated Control Side Doors versus "glass" doors O Point -by -paint comparative data attached: 4r=N=.4:1.�. Reason for not providing specified item: Comparable Product — Competitive Pricing [Potential cost savings $6,500 Similar installation: Project: Firestone Polio & Municipal Court Address: Firestonel Owner: City of Firestone Proposed substitution affects other pads of Work: x No DYes➢ Explain Architect: Roth Sheppard Date Installed: 08/2019 Savings to Owner for accepting substitution: ($ ). Proposed substitution changes Contract Time: O No O Yes [Add] [Deduct' days. nreilebbiotal Supporting Data Attached:xDrawings x Product Data 0 Samples 0 Tests 0 Reports 0 The Undersigned certifies: *Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. *Same warranty will be furnished for proposed substitution as for specified product. *Same maintenance service and source of replacement parts, as applicable, is available. ()Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule. Wage CONSTRUCTION *Cost data as stated above is complete. Claims for additional costs related to accepted substitution which shay subsequently become apparent are to be waived. Proposed substitution does not affect dimensions and functional clearances. *Payment will be made for changes to building design, including WE design, detailing, and construction costs caused by the substitution. *Coordination, installation, and changes in the Work as necessary for accepted substitution will be complete in all respects. Submitted by: Signed by: Firm: certified Bli5irtscs CenificeInr Telephone: a Attached: �c Architect's REVIEW AND RECOMMENDATION: ['Approve Substitution, make Submittals CIApprove Substitution as noted, make Submittals V ['Reject Substitution. Use specified materials. O Substitution Request received too late. Use specified materials. Signed by: Date: OWNER'S REVIEW AND ACTION DSubstitution approved — Make Submittals and Prepare Change Order {if applicable}. ['Substitution approved as noted. Make Submittals and Prepare Change Order (ff applicable). *Reject Substitution. Use specified materials. 0 Substitution rejected. Use specified materials. Signed by: Gate: Additional Comments: ['Contractor ❑Subcontractor ['Supplier ElManufacturer OWE z1Pa ge 7 i D HN CONSTRUCTION, INC. UEST FORT F MAT! Project: Weld County Coroner Renovation and Addition PFI #: 10 Date Sent: 10/12/2020 To: From: Curtis Naibauer Kayla Utter Weld County Department of Buildings and Grounds Dohn Construction, Inc. 1105 H Street 2642 Midpoint Drive Greeley, CO 80631 Fort Collins, CO 80525 Phone: 970 400-2023 Phone: 970-490-1855 Fax: Fax: 970-490-6093 Email: cnaibauer(a weldgov.com Email: lcuttergdohnconstruction.com Requesting Contact: BL km Dohn Construction, Inc. Luis Caritiona., 970-566-0690 Subject: _ w. _ Status: Response .required By: Insulation in Existing Garage Ceiling o:6en 10/16/2020 Submittal #a Drawing #: Addendum: Spec Section: Schedule #: A1.3 A. .het t il: Reference the attached photo. The demolition general notes call for removal of all gyp board ceilings. In the existing garage, there is blown -in insulation in the ceiling that not secured by netting, fabric, etc., so it is (falling out with the removal of the gyp board. There is no note calling for this insulation to be removed, replaced, left in place, etc. Please provide direction. Schedule and Cast Impact: Description: L Schedule f'# of dap) suggestions Response: response: Remove alp of i bl vvn Drei insulation and replace with R-38 kraft paced bait insulation. Subrcii.- Batt insulation for review and approval by the Architect. Response by: : Matt Tompkins esponse CC: Date: '10/1.2/2020 V 10 DEMOLITION PLAN GENERAL NOTES: THE ARCHITECT HAS PERFORMED ON SITE BUILDING OBSERVATIONS AND REVIEWED THE EXISTING ORIGINAL CONSTRUCTION DRAWINGS. DEMOLITION AND RENOVATION DRAWINGS ARE BASED ON THESE DOCUMENTS AND SITE OBSERVATIONS CAUTION IS STRONGLY ADVISED WHEN REMOVING INTERIOR WALLS_ PROVIDE SHORING AS NECESSARY TO INSURE CONTINUED INTEGRITY OF THE ROOF STRUCTURE DURING DEMOLITION AND REMODEL ACTIVITIES. 2. ALL EXISTING DROP ACOUSTICAL CEILINGS SHALL BE REMOVED REMOVE ALL GYP_ BD CEILINGS_ ! J....a. 1 _ t 32 32 32 r 26 1• It 13 32 A -4-- 27 it ; I 32 a2 32 4 i 3 T IP r E! `.rn 4 i t 27 1 IXI DfJH_N CONSTRUCTION, INC. REQUEST FOR INFORIVIATION Project: Weld County Coroner Renovation and Addition RFI #: 11 Date Sent: 10/12/2020 To: From: Curtis Naibauer Kayla Utter Weld Counter Department of Buildings and Grounds Dohn Construction, Inc. 1105 H Street 2642 Midpoint Drive Greeley, CO 80631 , Fort Collins.. CO 80525 Phone: 970-400-2023 'hone: 970-490-1855 Fax: Fax: 974-490-6093 � Email: cnaibauergweldgov.com Email: kuttergdohnconstruction.com RequestingFirm: . Contact: Dohn Construction, Inc. Luis Carmona, 970-566-0690 Subject: Status: Response Required By: Insulation in Roof Overframing I Open 10/19/2020 Submittal #: Drawing #: A6.0 Addendum: ,Spec Section: Schedule #o RFI .Detail: Detail 1/A6.0 and A3.2 call for R-30 batt insulation between the existing joists underneath the new roof trusses, however, there is already R-30 bat:t insulation in this area. Please clarify if the existing insulation is to be replaced, or if it should remain in place. Schedule and Cost Impact: Description: Seheduiefi 'days): [-Suggestions i Costs: 1 Response: hr the :xis in insulation is already installed betvveen the exis intg rafters, it cart remain. if it is installed within the existing ceiling framing as sho\Am in the original construction documents, it needs to be removed and new insulation needs to be installed between the existing roof framing as detailed. In the end, all of the roof insulation needs to occur between the existing roof framing without any gaps. The roof insulation cannot be installed just above the ceilings. Response by: Matt Tornpkins Date:101121 07 CC: u S n b ;CJ O 13 41 ••.•..tt • I • •••• I k». ? `'t. -• 6 _ _ h : f _.{%� ! • —.. -• 4. + • • •• • • • • ,y 1 . • 4• f t .. --. - 4 • $ i _ • . I •1 r I • I• 4 I I I t I I 1 • I .n • i• .•._!y_ • Welt • • r = • • a ..re" a A n t •• >R 4.: aY• E r 2 st I - 460 •-t, - . 1. • W« a ---•.V_ .. • Y 1 a i ' I • t I • . • • _ 3- f • • I • .I • . 1 I 1, 1 •t i ti I a I I 1 i I i • • e • l r • • 4• s • 2' / • • . iJ y • Y • • ./ • w• •' emit OW •••w • t RI• — ` w 1 • e- r.. • r l'9"'. • •... T. • 4� . i• • ..• . p I —r ' • ^,- - �-e•— — t`� - i &_.. ` a-. • • \, ii • .l•P • -. t • -• 1 �I S e • 1a ,; 4 7.a• i a f I • I • • I v •- • ..y ---c • 7 I t r a v r f•� I ! .I • • if :•• 4; 44. • • 1•t V'! If s • -It e, I,• a• _r I I �` • 3i a r� a r R K y 1Mai r� jNEM 4 WWI -- IM w 1 I rat rt• • d :f• , n� Mw .70 O O O _m r Z I IO oa tlAn.a-3dAL.15 t Y.._ Veil 4' r Its••t' • • a •• • K e IU N .$21111811 t •.�M z �.a • W • •• or t r L s 1 a t: r 1 I w�it��rrn ca .—,..was. 0~1 L Dana a mema.sc cm z a• Kella k 0 fEa• Q'^ OZ g D r • • 5Y1 "ta ♦ -a a• •n ♦ w •• w dz s clam M s $ a fi 711 i SI A> f 45 • ow • till r� Oo an aq maw maw 1 A �D •'� a tme ieE Z T2 nn �g O c 0 S r� t E m Z m •-4 u• • f; • gQ M w N .: UR 'i ��� ' £}-1) t _ 1 g g 1 • _-- GSGarchitecture WELD COUNTY , I D E S I G N ARCHITECTURE/PLANNING pan umMELmaulcm: 000aa I'Irc.:souvn CA5MILKT I MANI WI I lARAIstaif CORONER RENOVIo►TfO1'�! 1121 M STREET, GREELEY COLORADO AND 80631 ADDITION P ' 1=I 4-0 a /wag 04-Lt- rteatt ir e 2 ALL AREA ACOUSTICS, INC 4030 Bruin Bind, Unit H Longmont, CO 80504 303-447--2559 office Acoustic Ceiling Systems Commercial & Residential Date atsw� 0 ° 2°20 gab that _ o /0E L egelt3o 0 nitthass aro se 23/0 °RAWL .414.160 laarea26: 41) Mee Katy rE aa201-4b ta*RE Y3-6,4-074. are Isibitier or P _ tl r e, a.p ern Signed'. )4)) Title: Bill Donovan, Estimator OCKY ,�� IMUNTAIN SN FO Box 400 Gilerest, CO 806►23 Phone: (970) 556 4103 Fax: (970) 797 1096 www.RockyMouretainStoneworI Berra Estimat ADDRESS Dohn Construction 2642 Midpoint Dr. Ste. A Fort Collins, CO 80525 (970)556-4103 alex@rockymountainstonework.com ESTIMATE * 1820 DATE 11/12/2020 JOB NAME Weld County Coroner Renovation DATE ACTIVITY PR #1 Reinstall loose lintel above door and tuck point existing CMU at steel lintel JOB ADDRESS Greeley, CO TOTAL QTY FATE AMOUNT 1 900.90 900.00 Accepted By Accepted Gate $900.00 GSGarchitecture s ARMS MONO D E I G N ARCHITECTURE/PLANNING PROJECT: Weld County Coroner Renovation and Addition El Owner ft Contractor C4 ■ Architect Consultant #: 2072 ■ Other PROPOSAL REQUEST PR #: DATE: 11/4/2020 BY: GSG Please submit an itemized proposal for changes in the Contract Sum and/or Time for proposed modifications to the Contract Documents described herein. Submit proposal within ;TEN {101, days, or notify the Architect in writing of the date on which you anticipate submitting your proposal. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSE MODIFICATIONS. Description: Raise Header over New Door 123 1. Refer to attached Sheet A1.5 — Detail 2/A1.5 EAST ELEVATION DEMOLITION — Elevation has been updated to show the addition of DEMOLITION ELEVATION KEYNOTE 13. 2. Refer to attached Sheet A1.5 — DEMOLITION ELEVATION KEYNOTES — Add demolition keynote 13 as follows; 13, REMOVE ONE COURSE OF CMU OVER THE EXISTING DOOR OPENING. SALVAGE AND REINSTALL THE EXISTING LOOSE LINTEL TO SUPPORT THE CMU OVER THE NEW DOOR OPENING. REFRAME THE INTEROR STUD OPENING AS REQUIRED TO PROVIDE THE REQUIRED ROUGH OPENING FOR NEW DOOR 123 3. Refer to attached Sheet A5.1 — Detail 3/A5.1 EAST ELEVATION — Elevation has been updated to show Door and Door Frame 123 at T-2' tall and KEYNOTE 18 has been added. 4. Refer to attached Sheet A5.1 — KEYNOTES — Add keynote 18 as follows; 18. NEW GROUND FACE CMU TO MATCH EXISTING OVER DOOR 123. 5. Refer to attached Sheet A10.0 — DOOR AND FRAME SCHEDULE — Door 123 — Change the height of Door 123 to 7'- 2, B. Refer to attached Sheet A10.1 — DETAIL 15 DEAD — Add the sentence "NEW HEADER AT DOOR 123" where the existing header is called out in the detail as shown. 7. Refer to attached Sheet A10.1 -• DETAIL 16 JAMB — Add the sentence "NEON JAMB STUDS AT DOOR 123" where the existing wood studs are called out in the detail as shown. Attachments: Sheets A1.5, A5.1, A10.0 and A10.1 Casper WY I Greeley. CO I Sheridan, WY 1 Laramie: WY W4.>W gsgarch tecture,com Wage - 1 ,I—` a B.A.R. Electric Co., Inc. %B. A PO Box 190 t ELECTRIC MeadCO80542 303-772-0666 License: #3430 To: Dohn Construction 2642 Midpoint Drive Ft. Collins CO 80525 Change Order Order#: 1 Order Date: 11/19/2020 Project: 12705 Weld County Coroner 1121 M St Greeley CO 80634 The contractor agrees to perform and the owner agrees to pay for the following changes to this contract. Ordered By: Plans Attached Customer Order: Specifications Attached n Description of Work Amount ASI-001 Changes Notes Changes for ASI-001 Install circuit for eye wash station. Wire for new VAV higher amperage ratings. VAV-15 changed to 40A VAV-14 changed to 50A Change AC -1 from 20A 1 Ph to 30A 3Ph. Change VP -1 from 30A 1 Ph to 30A 3PH Relocate annunciator panel to reception. Deduct for CU -4 Disconnect from 60A to 30A. Change HRV-1 Supply fan from 30A to 60A. Change CU -1 from 60A to 80A Negative changes will lower the overall contract price requiring no additional payment by owner. Requested Amount of Change The original Contract Sum was Net change by previous Change Orders The Contract Sum prior to this Change Order The Contract Sum will be changed by this Change Order The new Contract Sum including this Change Order will be The Contract Time will be changed by __..,..._ 3,375.00 3,375.00 264,250.00 0.00 264,250.00 3,375.00 267,625.00 0 Days Owner: Date: Contractor: Date: Change Order Continued... Order: 1 Date: 11/19/2020 Description of Work Amount Deduct CU -2 from scope of work Page 2 of 2 • r Plumbing 81, Service, Inc. #::• i� 309 S. Summit View Dr. Ste. #12 Fort Collins, CO 80524 Phone: 970-226-9979 Fax: 970-225-0460 Name: Dohn Construction Address: 2642 Midpoint Dr Fort Collins, CO 80525 Attn: iwallacegdohnconstruction.00m Chan Order Request Date: November 11, 2020 Re: ASI #1 - add foot pedals to S-1 sink Weld County Coroner Remodel / Addition HAN G E SUBMITTAL ' Not 2 REC1UES We herewith transmit Request for the following: Information Change Order IN SCOPE OF Additional Work pedals to activate Submittals XX Request for Shop Drawings THE FOLLOWING CHANGE Labor, Equipment, Etc., and/or Provide and install foot FOR APPROVAL (Includes Supplemental Backup for Materials, applicable.) S-1 sinks according to ASI #1 issued 11/3/2020. WORK IS SUBMITTED Authorization(s) if faucets on noted Add additional materials and labor to install new foot pedals for S-1 sink. Add 2 Chicago C625ABCP / C626ASCP deck mount spout and foot pedals, Chrome $770.00 1 misc. materials to connect foot pedals to domestic water piping $200.00 5 manhours labor $750.00 THE PROPOSED [ADD/DEDUCT] TO THE CONTRACT VALUE RESULTING FROM THIS CHANGE IS: i All previous General Provisions, Inclusions and Exclusions remain unchanged unless specifically noted above. Your signature below authorizes Aggie Plumbing & Service Inc., to proceed with this addition or deletion and acknowledges a change order will be issued for this proposed change to the scope of work. Any cancellation of special orders items will charged a re -stacking fee on not less than 25% of order value. Work to proceed upon signed receipt, or approved transmittal of chancy order being received by Acct€e Plumbing & Service Inc._ Aggie Plumbing & Service Inc. Contractors Authorization to Proceed: Date: WE VALUE YOUR BUSINESS ! GSGarchitecture DESIGN ARCHITECTURE/PLANNING PROJECT: Weld County Coroner Remodel & Addition #: 2072 El Owner El Contractor ® Architect Consultant ❑ Other ARCHITECT'S SUPPLEMENTAL INSTRUCTIONS ASI # 001 DATE: 11 /3/2020 BY: Kim Lambrecht The Work shall be carried out in accordance with the following supplemental instructions issued in accordance with the Contract Documents without change in Contract Sum or Contract Time. Proceeding with the work in accordance with these instructions indicates your acknowledgment that there will be no change in the Contract Sum or Contract Time. Description: ELECTRICAL: E2.1 - ELECTRICAL SITE PLAN • Coordinated branch connections for generator accessories based on shop drawings. E3.2 - FIRST FLOOR LIGHTING PLAN • Added 2108 keynote to Rooms 136, 127, 116 and 118. • Revised lighting sequence for Room 137 and added an occupancy sensor. • Revised lighting sequence for Room 135 and added three (3) occupancy sensors and a switch location. E3.3 - FIRST FLOOR POWER AND SYSTEMS PLAN • Coordinated power for eyewash station. • Revised VAV circuits based on shop drawings • Revised VP -1, AC -1 circuiting based on shop drawings • Revised Elec 153 layout • Relocated Generator annunciator to Reception E3.4 - ROOF ELECTRICAL PLAN • Revised disconnect for CU -4 a Showed a hidden receptacle near EF-1 (receptacle became un-hosted in 5/19 set) • Revised HRV-1 Supply fan circuiting and disconnect bracing/fusing based on FLA values provided in shop drawings. • Added Keynote 2239 to clarify that circuit for exterior receptacle shall also be used for 120V lighting/outlet loads within HRV enclosure. • Revised CU -1 and CU -2 disconnects to match updated MOCPs provided in shop drawings. E5.1 - ELECTRICAL ONE -LINE DIAGRAM • Revised ATS feeder breaker in DP-L1A to match breaker in generator. • Revised CU -1 breaker trip ratings to match updated MOCPs provided in shop drawings. • Removed CU -2 E5.2 - ELECTRICAL SCHEDULES • Added FDS-30RD type disconnect • Replaced FDS-60RB with FDS-100RA, to match revised CU -1 MOCP values. Casper. kNY I Grseley. CO I Sher.dan, \DIY I Laramie, VNY i vvw.v.gsgarchitecture uym Page 1 E5.3 - PANEL SCHEDULES • Revised breaker/wire sizing per reviewed mechanical equipment shop drawings. MECHANICAL: M3.3 — ROOF MECHANICAL PLAN • Removed CU -2 • Revised CU -1 location M5.1 — MECHANICAL SCHEDULES • Revised VAV 14,15 and 17 electric coil loads per mechanical equipment shop drawings. • Revised Split system electrical loads per mechanical equipment shop drawings. • Revised condensing unit schedule to go down to one condensing unit per mechanical equipment shop drawings. PLUMBING: P3.4 — FIRST FLOOR PLUMBING PLAN • S-1 sinks in Vestibule 132 and in Main Autopsy 135 have an additional ST -1 tag for double foot pedal controls. P5.1 — PLUMBING SCHEDULES • S-1 in PLUMBING FIXTURE SCHEDULE has been updated and a description for double foot pedal controls has been added. Attachments: E2.1 ELECTRICAL SITE PLAN E3.2 FIRST FLOOR LIGHTING PLAN E3.3 FIRST FLOOR POWER AND SYSTEMS PLAN E3.4 ROOF ELECTRICAL PLAN E5.1 ELECTRICAL ONE -LINE DIAGRAM E5.2 ELECTRICAL SCHEDULES E5.3 PANEL SCHEDULES M3.3 ROOF MECHANCIAL PLAN M5.1 MECHANICAL SCHEDULES P3.4 FIRST FLOOR PLUMBING PLAN P5.1 PLUMBING SCHEDULES Casper WY i Greeley CO I Sheridan; VVY Laramie WY I www.gsgarcnitecture.corn Page "2. TM MANUFACTURING CO., INC Iso 9001:2015 CERTIFIED COMPANY 411 North Aerojet Avenue, Azusa CA, 91702 USA Ph: (800) 410-0100 Fax: (626) 334-1692 wiJtirwarnortoch( .t;Uf11 Mortech Representative Fernando Yanez Regional Sales Manager (626) 334-1471 ext. 1290 Fernando, 'Yanezitilmotte.c�l~�x� iti.co r3 Account Name: Dohn Construction (CO) Name: Josh Wallace Phone: 970-490-1855 Email: iwallace(q)dohnconstruction.com Quote Date: Nov 20, 2020 Quote Number: 15021 Project Name: Dohn Construction Fort Collins (CO) I Weld County Coroner Expansion (CO) 1 Air & Vac. Valves Terms: Net 30 with valid PO and/or Contract Bill to Dohn Construction (CO) 2642 Midpoint Drive Fort Collins CO 80525 Ship to: Weld County Coroner Renovation & Addition 1121 M Street Greeley CO 80631 Product Description Unit Price $ 600.00 OA=101-WM s Air Valve, Wall Mount To be integrated to back wall portion of 1036-10 Center Mount Sink Stations OA-x.02-WM - Vacuum Valve, Wall Mount To be integrated to back wall portion of 1036-10 Center Mount Sink Stations filun1611/1/�14N1/1•Hu.`tU.�+nu•IS U.N •n H.lr HIr 11..•H.t!+'11..Hli<16i11 e.Y{•••1.1.11/Hi H{i•il lfMH{.1/7.11601.61/f 1111 H111613.�16 H1//11U 6.11.1.111i•If }i6i11r..H1111 H.11H1•H11l� Options Freight Notes N/A Installation Notes: N/A Terms & Conditions 3 $ 200.00 3 $ 200.00 Sub Total. Shipping: Installation: Tax: Grand Total: Unit Cost $ 600.00 } $1,200.00 $ 0.00 $ 0=00 $ 0=00 $1,200.00 Total` Quotation: Valid for 30 days unless superseded by another quotation. Shipment: 14-16 weeks from receipt of order and/or signed drawings. Sales Tax: To be added to order, if applicable. Pricing does not include state, local, or use tax. Freight: Is valid today & good for 30 days, please verify at time of order. Terms of Sale: Payments can be made by check, wire transfer, or credit card. Credit card payments of $1.0,000 or more, are subject to a surcharge fee of up to 4% per transaction. All orders for replacement parts and all orders totaling $250.00 or less must be paid by credit card. For additional details, see Mortech's published terms of sale at: http://mortechmfg.com/pages/terms-of- sale. Transportation: FOB -Azusa, CA Warranty: 1 -year warranty commencing day your order ships. Clarifications: Delivery to standard truck high loading dock, truck with lift gate not included unless otherwise noted. All equipment will be delivered on a 53 ft. semi truck. Customer must verify off-loading area is capable of accepting a truck of this size. Customer to verify Inside delivery, removal/disposal of crating material, product training, and installation not included and would be an additional charge to this quote if available and if requested. Freight charge is an estimate and will be requoted at time of shipment. TAX ID#: 56-2489242 CAGE Code: 1XDH8 DUNS#: 19044920 LSBE#: 7643 *** During the COVID-19 pandemic, we are not accepting any returns of opened items. Please contact us for additional requirements regarding possible returns of unopened items. MORTECH IS A CERTIFIED SMALL & MINORITY OWNED BUSINESS 2 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & DOHN CONSTRUCTION INC. CORONER BUILDING REMODEL S� THIS AGREEMENT is made and entered into thisp day of , 2021 by and between the County of Weld, a body corporate and politic of the ate o Colorado, by and through its Board of County Commissioners, whose address is 1 l50 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Dohn Construction, Inc. whose address is 2642 Midpoint Dr. Fort Collins, CO 80525, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: 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 B are 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. B2000154". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of 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. Ce2,0 (-r-r/sc,) 1-cv-01-1) 66-obaa 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. Both of the parties to this Agreement understand and agree that the taws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $3,079,000.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty, Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Builder's Risk Insurance: Builder's risk coverage in the amount of the completed renovations, repairs made by the Insured on this project. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. 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 tluuee years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior- to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending parity. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Dohn Construction, Inc. Attn.: Douglas A. Dohn Address: 2642 Midpoint Dr. Address: Fort Collins, CO 80525 E-mail; ddohnidohnconstruction.comcom Telephone: (970) 490-1855 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttavlortapco.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If' any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute, 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract, Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen ( l 8) 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 TNESS WHEREOF, the parties hereto have signed this Agreement this , 202O. CONTRACTOR: Dohn Construction, Inc. By: A Name: to I4 ,y Title: in S L,1 Date September 14, 2020 5`(" _ day of WELD COU4�'id _ J G �'e1 ATTEST: �./�N Weld ' o my Clerk to the : oard BY: Deputy CIS' k to he BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO 020,40 - O2 61 (P Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET G REELEY, CO 80631 DATE: JULY 13, 2020 BID NUMBER: B2000154 DESCRIPTION: CORONER BUILDING REMODEL DEPARTMENT: BUILDINGS & GROUNDS MANDATORY PRE -BID CONFERENCE: JULY 27, 2020 BID OPENING DATE: AUGUST 13, 2020 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County"), wishes to purchase the following: CORONER BUILDING REMODEL A mandatory pre -bid conference will be held on July 27, 2020 at 1:30 PM at 1121 M Street, 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: August 13, 2020 at 10:00 AM (Weld County Purchasing Time Clock). **PLEASE NOTE: Due to the recent events surrounding the Coronavirus (COVID-19) pandemic, some county employees are teleworking; therefore, the bid opening will be held via a Skype Conference Call. See page 11 for conference call information.** PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way; be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.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. glid Delivery to Weld County: 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids@weldgov.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. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". PDF format is required. An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400- 4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be 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 Purchasina 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 alien to perform work under BID REQUEST #B2000154 Page 2 this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Successful bidder has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24- 76.5-103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it; (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. BID REQUEST #B2000154 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. Ft thermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis BID REQUEST #B2000154 Page 4 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 #B2000154 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 #B2000154 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 operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. BID REQUEST #B2000154 Page 7 Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000.000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2000154 Page 8 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Coroner Building Remodel This project consists of renovations to and an addition to the existing Weld County building located at 1121 M Street, Greeley to create a new Coroner Building. Scope of work: This project will consist of general contractor performing renovations and an addition to the existing building. In addition to plans and specifications attached that detail the scope, work shall include: 1. Remove existing walls, flooring, ceilings, support structures HVAC, plumbing and lighting as necessary to renovate existing building. 2. Provide grading, site concrete and asphalt patching as necessary. 3. Construct walls as shown on drawings. 4. Provide new doors, frames and hardware as specified. 5. Install new casework as shown on drawings. 6. Paint all walls, hard ceilings, door and steel window frames and railings throughout the building. 7. Provide and install all masonry, structural steel, foundations and interior finishes. 8. Remove all signage from exterior of building and fill holes with mortar. 9. Install new ducts, louvers and grilles per mechanical drawings. 10. All mechanical systems controls shall be Delta Controls Version 3.4 by Set Point or Metasys Version 9.0.0.4256 by Johnson Controls. All HVAC equipment shall be capable of being monitored and controlled remotely. VFD Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status VFD Command 0% to 100% Control VFD Status Constant Volume Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status Bypass Damper 0% to 100% Control Bypass Damper Status BID REQUEST #B2000154 Page 9 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 11. Provide new fire alarm system per authority having jurisdiction. GC to provide and pay for all engineering and any costs and fees for permits and inspections for fire alarm system. New fire alarm system shall either be Fire Lite or Silent Knight. 12. Contractor shall provide six remote controls for each garage door. 13. Contractor shall provide raised metal lettering on the sign monument. The letters shall be metal, painted white (oil base) and be 10 -inches tall. Sign shall state: Weld County Coroner" 14. Contractor to provide and install all autopsy equipment as shown on drawings. 15. All lighting and power to be per electrical drawings. GC to provide all data boxes and conduits inside the walls with pull strings to above accessible ceilings and marked as to location of box. 16. Relocate underground utilities as shown on drawings. 17. Contractor must develop a stormwater management program (SWMP) that meets EPA and State of Colorado requirements. Contractor will be the operator for such permits and will be responsible for any violations/fines for non-compliance with the regulatory requirements. 18. Remove and properly dispose of all trash generated by construction activities off site. 19. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 20. No bid bond is required for this project. 21. A builder's risk insurance policy in the amount of the bid will be required. 22. Davis -Bacon and Buy American requirements are NOT required. BID REQUEST #B2000154 Page 10 23. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 24. Based on a contract being ready on September 7, 2020, provide the completion date for this project. Date of this Bid July 13. 2020 Advertisement Date July 13. 2020 Pre -bid Conference July 27 2020 Proposals Are Due August 13, 2020 Contract Award Notice August 31, 2020 Contract Execution September 7, 2020 Construction Start Immediately upon receipt of signed contract Completion No Later than April 1, 2021 TOTAL $ COMPLETION DATE A mandatory pre -bid conference will be held on July 27, 2020 at 1:30 PM at 1121 M Street, Greeley, CO. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than August 13, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID OPENING WILL BE MELD VIA A SKYPE CONFERENCE CALL To join call: i (720) 439-3261 and enter Conference ID: 975547561 Please note that due to the Coronavirus (COVID-19) pandemic, some of us are telewarking. With that said, the following changes have been made to our current bid process until future notice: 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bids@weldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.comi. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #B2000154 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. #B2000154. 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 TAX ID # SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: Weld County Clerk to the Board BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director BID REQUEST #62000154 Page 12 Coroner Building Remodel B2000154 Questions & Answers 1. Question: Can Flex EPDM membrane be used as a substitute for specified roofing membranes? Answer: Provide roofing membranes as specified in spec section 07 5323. 2. Question: Is telecom cabling part of this project or by owner? Answer: Telecom cabling is not a part of this contract. 3. Question: Can PMT scientific equipment be used as a substitute for Mortech laboratory casework? Answer: Provide laboratory casework and equipment as specified in spec section 12 3553.13. 4. Question: Can Versico EPDM membrane be used as a substitute for specified roofing membranes? Answer: Provide roofing membranes as specified in spec section 07 5323. 5. Question: Who will be responsible for providing access controls? If the GC is responsible, please provide project specifications. Answer: owner will provide and install all door access control cabling, card readers and programming. Contractor will be responsible for providing and installing all conduits, electrical boxes, door hardware and door hardware prep as specified. 6. Question: Can Kingspan Light + Air be used as a substitute for specified fiberglass sandwich panel assemblies? Answer: Provide Fiberglass sandwich panel assemblies as specified in spec section 08 4523. 7. Question: Can Schlage locksets and Von Duprin panic devices be used as a substitute for specified door hardware? Answer: Schlage and Von Duprin door hardware will be accepted as long as they provide the same function as the hardware listed in the specifications. All door hardware must be capable of accepting Best IC cores. 8. Question: By the new transformer and generator there is note "Wall north and east sides sim. to trash enclosure, see sheet A4.1". Sheet A4.1 was not included in the bid set. Please provide sheet A4.1. Answer: There is no sheet A4.1. Details are found on sheet A1.8. 9. Question: Is the equipment listed in the " Autopsy Equipment" schedule by Owner or Contractor? Answer: All autopsy equipment is to be provided and installed by contractor. 10. Question: Are the Cooler 145 and Freezer 143 insulated wall panels and insulated ceiling panels by owner or contractor? If by contractor please provide specification for panels. Answer: All cooler and freezer panels, doors, cooling equipment and storage equipment is to be provided and installed by contractor. See attached Mortech quotation request form. 11. Question: Is the freeze specified in note 10 on sheet A3.0 by owner or contractor? Answer: This freezer is supplied and installed by contractor. 12. Question: On sheet c0.3 there is a note "Fiber Optic Lines to be Removed and relocated (RE: MEP)". There wasn't any additional information on the MEP drawings. Is the contractor responsible to relocate these lines? If so please provide additional information on the scope of work. Answer: Contractor will not be responsible for moving the current fiber optic line. Contractor to pothole current location and if the line can be left in tact where it is currently located it will remain. 13. Question: Is there a soils report for the Project? Answer: Soils report has been posted to BidNet. 14. Question: Sheet CD3.0 Detail 8 Note 1 calls for asphalt patch to match existing asphalt depth. What is the existing or assumed depth for bidding purposes? Answer: Existing asphalt is assumed to be 6" thick 15. Question: On sheet M3.3 CU -4 is shown on the roof plan but on sheet M5.1 CU - 4 does not show up on the equipment schedule. Is this unit by contractor? If so please provided data on unit. Answer: See Addendum #1 16. Question: Is there a hazardous material report on the existing building? Is any abatement of hazardous materials required by the contractor? Answer: Hazardous materials testing report has been posted to BidNet. 17. Question: Is there a specification for the medical seamless floor finish? Answer: See specification manual section 09 6516. 18. Question: Where are interior signs required? Answer: See room finish schedule. 19. Question: Please provide a specification for the monument sign. Answer: Monument sign is existing. Replace letters and numbers as shown on plans. 20. Question: Sheet A1.7 note 10 - Please provide specification for the bike rack. Answer: See Addendum #1 21. Question: Is the tele data cabling and devices by owner or contractor? Answer: Data cabling and devices are provided and installed by owner. All rough in wall boxes and conduit to above accessible ceiling locations are provided and installed by contractor. 22. Question: 52.1 plan notes 1 & 2 says 6" free draining fill. Details say 4", which is correct? Answer: 4" of granular fill. 23. Question: A7.2 detail shows Vapor Barrier, 1 'A" insulation and 4" fill. Can you clarify the actual scope? Answer: 4" of granular fill is the correct scope. 24. Question: A9.2 per Restroom drawings, we walls will receive tile floor to ceiling and all other walls get a 4' wainscot? Answer: Wet walls are floor to ceiling, all other walls to have a 4' wainscot plus bullnose trim. Provide the accent band tile at 42" AFF all the way around each of the restrooms. 25. Questions: Rubber base at Sealed Concrete areas, by owner? GC? Answer: Owner will only provide and install rubber base at carpeted areas. All other rubber base is by GC. 26. Question: Transitions by owner? GC? Answer: All transitions are by GC. 27. Question: A9.3 detail 12/A9.3 SS Dishwasher. By owner? GC? Answer: Dishwasher is by owner. 28. Question: What is the thickness and reinforcement of the existing truck bay? Answer: According to the as -built drawings, the slab thickness at the truck bay is a 6" slab with #3's at 12" o.c. each way. 29. Question: Does this project require a fire sprinkler system? Answer: Building Code data sheet A1.2 calls for a type VB non sprinkled building. 30. Question: Does the GC need to include winter weather conditions in the bid? If so, can the Owner indicate an allowance that all GC's should include. Answer: Any winter weather protection that will be required is by the GC. The GC will need to determine what is required. 31. Question: Is there dewatering required for this project? Soils report indicates ground water at 7.5' to 8' deep. There is a spec section for dewatering so it's not clear if this needs to be included in the bid. If dewatering is encountered can Owner provide an allowance. Answer: It is up to the GC to determine if any of their excavations will encounter ground water. If ground water is encountered, it will be the responsibility of the GC to dewater as necessary. All dewatering will need to comply with all EPA regulations and State of Colorado storm water and site drainage requirements for dewatering. 32. Question: Are all materials testing by Owner? Spec section 014000-6, 1.10 quality control references testing but is not clearly noted if Contractor or Owner hires/pays for testing agency. Answer: Owner will provide and pay for testing agency. GC will be responsible for scheduling with owners testing agency. 33. Question: Walk-in cooler and freezer's supply and install by Owner or Contractor? Answer: All coolers and freezers to be provided and installed by GC. 34. Question: Commissioning?? Spec section 01 7300-8, 3.09 starting and adjusting, A. references section 01 9113 General Commissioning Requirements. There is no spec section 01 9113. Answer: Disregard this spec section. Commissioning will not be required. 35. Question: Spec section 17 7900-5 references Demonstration and training video recording? Are video recordings required for this project and if so what specific trades will need to provide. Answer: Contractor will be required to provide owner training on all systems and equipment. If manufacturers provide training videos for their systems and equipment, they should be provided to the owner, but they are not required. 36. In areas where there is acoustical ceiling will the HVAC controls need to be in conduit or can the wire be hung off wire. Answer: All low voltage wiring above ceiling can be exposed but it will need to be supported by 1 -hooks or other devices manufactured for this specific use. All wiring will need to be supported per codes and must be bundled and routed neatly. Any wiring that is exposed inside of a plenum must be plenum rated. See Addendum #1 37. Question: Is the in -ground vault pictured below the fiber box mentioned on sheet C0.3? Answer: Yes. 38. Question: Will the Exposed Ceilings be painted on this project? Answer: Exposed ceilings will not need to be painted. 39. Question: Please confirm that exterior CMU will be sealed with clear sealer (including Trash/Monument sign/Transformer-Gen wall)? Answer: All CMU, existing and new will be sealed per specifications. 40. Question: Window Types B, E, and G are Wood/Alum clad — Window scheduie says to paint and A11.0 Detail 7,8,9 says to match existing. Please clarify if wood clad windows will be painted or stained. Answer: Exterior cladding will be left factory finished. Interior of window to be stained and finished to match existing. 41. Question: On A9.2 / 6 — Office room south has windows listed as G Type on the detail. A3.0 Floor Plan has windows listed as Type F — Please confirm these windows are Type F. Answer: These windows should be type F 42. Question: Will there be any accent walls to be painted? Answer: Provide accent wall paint, color TBD on west wall of conference room 110 and east wall of Lobby 101. 43. Question: Note 8 on C0.3 states Contractor to comply with all regulatory requirements for hazardous material removal and disposal. Are there any known hazardous materials onsite? Answer: See asbestos inspection report posted on BidNet. 44. Question: There was no body lift specified, only the roller pallet assembly. Was there a desire for a body lifting mechanism, either fork or scissor style? Answer: Body lift will be provided by owner. 45. Question: Can we please receive clarification on the widths (typically either 23, 27 or 32 inches) for the following body trays: a) Item T3626 (see also item 7030)? b) Item 600015-H? c) Item 7002-5SS? Answer: Provide standard 23" width body trays for storage. See Addendum #1 for 600015-H. 46. Question: Can the GC provide an alternate but equal Autopsy Manufacturer price (in -place of Mortech Manufacturing Inc? Answer: Provide morgue equipment as specified. 47. Question: What panel and circuits are feeding the Generator block heater, battery charger, and warming pads? Don't see it on any panel schedule. Answer: See Addendum #1 48. Question: What panel and circuits are feeding (3) note 2206 on roof for the FDS-RA 30 units above garage on roof, and by CU -4? No panel or circuit designations. Answer; See Addendum #1 49. Question: Does the waterproof membrane install under all the (walls & floor)? Answer: Floors only 50. Question: Can the GC provide pricing for the carpet (supplied and installed by the GC)? Answer: Carpet and rubber base at carpeted areas will be provided and installed by Owner. 51. Question: Once Section describes FireLite or Silent Knight Panels only, but Specification Section 28 3101, Part 2 Products List JCI, Notifier, EST, Siemens, and or Gamewell. Answer: Fire alarm system shall be either FireLite or Silent Knight. 52. Question: Audible Sounder Bases for Sleeping Rooms this is awkward in that (I am not sure anyone coming into the Coroner's Office will need sleeping quarters that require them to be awakened). Answer: See Addendum #1 53. Question: Color Graphics Annunciator on Flat Panel Display with PC Workstation and Remote Clients, which talks about Network Functionality of the Fire Alarm System. You can Supervise a Fire Alarm Panel Remotely, but you are not permitted to Control or in any way change to fire alarm panels characteristics remotely. Answer: See Addendum #1 54. Question: The Specs discuss Flow Switches (the Building is Not Sprinkled). Answer: See Addendum #1 55. Question: The Specs call for Post Indicator Valves (again the building is Not Sprinkled). Answer: See Addendum #1 56. Question: They want 120v/ Battery Powered Smoke Detectors in a Business Environment, and a Non -Sprinkled Building. I cannot see a Code section that permits this in this type of environment. Answer: See Addendum #1 57. Question: The Riser Diagram shows a Release Panel Function, meaning that there is a location somewhere in the building with a Special Hazard Chemical Extinguishing System. Answer: See Addendum #1 58. Question: The Fire Alarm Riser Drawings Shows Mass Notification Components and Systems.... A "Hamburger" Stack Outdoor Speaker Array Voice Command Centers, Lighting Control Functions, and Evacuation Zoning none of which is described in section 283101 of the Specifications, and is extreme for a building that is less that 25,000 Sq. Ft. in total size. Answer: See Addendum #1 i 59. Question: Is Professional Liability (Errors and Omissions Insurance) required for general contractors or does that apply only to design professionals (architects/engineers)? Answer: This only applies to design professionals. 60. Question: What type of Fire Alarm System exists in the Building? Answer: Existing fire alarm system shall be removed and disposed of. The fire alarm system in the new building shall be completely new with nothing re -used. 61. Question: In regard to the construction fence, will a privacy/ wind screen be required? If so, will advertising for the GC or subcontractors be allowed? Answer: Construction fence design is up to the GC. 62. Question: Does this project require Davis -Bacon Wages? Answer: See scope of work in bid specs posted on BidNet. 63. Question: Are Daiken Skyline AHU's an acceptable alternate to the specified model: Answer: Daiken is an acceptable alternate. 64. Question: What temperature control manufacturers are acceptable Answer: See Addendum #1 r.1 MORTE MANUFACTURING INC. ISO g001 2013 CEATIFIED COMPANY 411 N. AEROJET AVENUE AZUSA, CA 91702 (626) 334-1471. QUOTATION REQUEST FORM PROJECT NAME: Weld County Coroner Renovation and Addition COLD DI M EN DONS OM o 29'-7 1/4“ x 19'-9 1/8" x 10'_9" BOX TYPE: If Combo Cooler: Freezer: FINISH: NDOOR ❑ OUTDOOR COOLER C COMBO E BODYSOX U FREEZER (For Ceiling That Span More Than 20 ft.) ❑ CEILING SUPPORT/SUSPENDED C STRUCTURAL BEAM / SELF - SUPPORT 26 Ga. Galvanize Ga. Galvalum Ga. Aluminum Ga. Stainless Ga. White ❑ Other lJ Interior ❑ Interior ❑ Interior ❑ Interior ❑ Interior ?Exterior ❑ Exterior ❑ Exterior ❑ Exterior ❑ Exterior WALL PANELS: 4" High Density CEILING PANELS: lieHigh Density FASTENERS: FLOOR: RECESSED PIT: RAMP: DOOR FINISH: DOOR SIZE: DOOR TYPE: Q CAM LOCK NONE ❑ STAINLESS STEEL U THROUGHOUT ❑ OTHER ❑ YES ❑ 5" High Density ❑ S" High Density ❑ LAG DOWN ❑ FREEZER ONLY ❑ SMOOTH ALUMINUM ❑ DIAMOND PLATE .r. t YES 4 NO ❑ INTERIOR ❑ EXTERIOR DEPTH ft. SPECIAL ACCESSORIES BASIC TEMP ALARM L_ TEMP ALARM/LEAD - LAG C CHART RECORDER C CUSTOM CONTROL PANEL C_, IP CURTAINS LIGHT SWITCH W/PILOT LIGHT LIGHT SWITCH W/DIGITAL THEROM 3 - WAY SWITCH KICK PLATES ❑ INTERIOR VIEW WINDOW X ❑ ROOFCAP C BUMPER RAIL L. CEILING ENCLOSURE ❑ DURALAST I❑ INTERIOR 141" V.P. FLUORECENT LIGHT/S 48" V.P. LEO LIGHT/S ❑ V.P. COMPACT FLUORECENT/S ❑ V.P. COMPACT LED LIGHT/S ❑ DOOR HOOD C MANUAL THEROMOMETER G PERIMETER HEATING ❑ EXTERIOR ❑ HEATED C ALUM C EXTERIOR MAX 24" TALL Ht. Building Height Inner Dimensions ft. REFRIGERATION SYSTEM: REDUNDANT SYSTEM: L YES L NO ❑ SELF CONTAINED ❑ REMOTE C. YES U NO ELECTRICAL SPECIFICATIONS Condensing Unit Volt/Phase: Evaporator Coil Volt/Phase: Refrigeration Line Footage: Condensate Line Footage: ft. Condensate Evaporator Pan: L1 YES t i NO SEISMIC RESTRAINT L . YES NO ENGINEERING OTHER ❑ SAME AS WALL U STAINLESS STEEL INTERIOR L. AIMLESS EXTERIOR INSTAI.I OTHER .Refer to cold room door specs What building floor is the cold room placed: ❑ 30 ❑ 36 f -j 48 L7 60 C1 84 U OTHER ❑ 34 X n 42 x Li 52 X U 72 X SWING E MANUAL i; SINGLE Li FLUSH I I SLIDING O ELECTRIC U BI -PARTING U OVERLAP I OTHER t___1 HINGE ❑ RIGHT L LEFT DOOR LOCATON: CENTERED U OFF CENTERED ❑ RIGHT ❑ LEFT on ft. side CONDENSING UNIT LOCATION ❑ YES CI NO BUILDING ROOF Li COLD ROOM ROOF D OTHER BUILDING HEIGHT: WAGES• UNION _. DAVIS BACON I PREVAILING WAGES I : NONE DELIVERY: City, ❑ IN CALIFORINA Filled Out By: Date: U IN U.S. St. Zip: Li OVER SEAS COMPANY NAME: CONTACT: ADDRESS: CITY: clbc8e5b-4265-4ada-a222-fb944b7d08d4 PHONE NO.: EMAIL: FAX NO.: ST. ZIP: r hl MO MAN U FAC:TU ICI NG I NC. ISO 9001: 2015 CERTIFIED COMPANY 411 N. AEROJET AVENUE AZUSA, CA 91702 (626) 334-1471 QUOTATION REQUEST FORM PROJECT NAME: Weld County Coroner Renovation and Addition COLD ROOM OD DIMENSIONS: 11-9 1/8" x 9'-2 5/8" x 10'-0" BOX TYPE: If Combo Cooler: Freezer: FINISH: WALL PANELS: CEILING PANELS: FASTENERS: VelDOOR ❑ OUTDOOR L 0100LER ❑ COMBO ❑ BOOYBOX FREEZER X X X X (For Ceiling That Span More Than 20 ft.) CEILING SUPPORT / SUSPENDED L STRUCTURAL BEAM / SEL - SUPPORT 26 Ga. Galvanize Ga. Galvalum Ga. Aluminum Ga. Stainless Ga. White ❑ Other ❑ Interior ❑ Interior ❑ Interior ❑ Interior Interior Exterior Exterior C Exterior ❑ Exterior C Exterior itHigh Density d" Nigh Density ❑ CAMLOCK FLOOR: . NONE D STAINLESS STEEL ❑ THROUGHOUT ❑ OTHER RECESSED PIT: ❑ YES RAMP: ❑ YES DOOR FINISH: DOOR SIZE: DOOR TYPE: ❑ 5" High Density ❑ S" High Density ❑ LAG DOWN ❑ FREEZER ONLY ❑ SMOOTH ALUMINUM ❑ DIAMOND PLATE Sao 110 DEPTH ft. ❑ INTERIOR ❑ EXTERIOR SPECIAL ACCESSORIES BASIC TEMP ALARM ❑ TEMP ALARM/LEAD - LAG ❑ CHART RECORDER ❑ CUSTOM CONTROL PANEL VPRIP CURTAINS LIGHT SWITCH W/PILOT LIGHT ❑ LIGHT SWITCH W/DIGITALTHEROM ❑ 3 - WAY SWITCH ❑ KICK PLATES ❑ INTERIOR ❑ VIEW WINDOW X ❑ ROOFCAP ❑ DURMAST ❑ BUMPER RAIL ❑ INTERIOR ❑ CEILING ENCLOSURE V" V.P. FLUORECENT LIGHT/S 418" V.P. LED LIGHT/S ❑ V.P. COMPACT FLUORECENT/S ❑ V.P. COMPACT LED LIGHT/5 ❑ DOOR HOOD ❑ MANUAL THEROMOMETER ❑ PERIMETER HEATING ❑ EXTERIOR ❑ HEATED ❑ ALUM ❑ EXTERIOR MAX 24" TALL Ht. Building Height Inner Dimensions REFRIGERATION SYSTEM. REDUNDANT SYSTEM: ❑. YES Li NO ❑ SELF CONTAINED ❑ REMOTE YES O NO ELECTRICAL SPECIFICATIONS Condensing Unit Volt/Phase: Evaporator Coil Volt/Phase: Refrigeration Line Footage: Condensate Line Footage: ft. Condensate Evaporator Pan: ❑ YES ❑ NO SEISMIC RESTRAINT L • YES sirNO C- ENGINEERING ❑ OTHER ❑ SAME AS WALL ❑ STAINLESS STEEL INTERIOR ( . AINLESS EXTERIOR OTHER Refer to cold room door specs !What building floor is the cold room placed: ❑ 30 ❑ 36 ❑ 48 ❑ 60 ❑ 84 ❑ OTHER ❑ 34 ❑ 42 ❑ 52 ❑ 72 ! SWING ❑ MANUAL ❑ SINGLE ❑ FLUSH U SLIDING ❑ ELECTRIC ❑ BI -PARTING ❑ OVERLAP ( OTHER U HINGE ❑ RIGHT ❑ LEFT DOOR LOCATON: ❑CENTERED ❑ OFF CENTERED ❑ RIGHT ❑ LEFT on ft. side INSTALL: :ONDENSING UNIT LOCATION ❑ YES ❑ NO WBUILDING ROOF U COLD ROOM ROOF ❑ OTHER BUILDING HEIGHT: WAGES: UNION L: DAVIS BACON l J PREVAILING WAGES ❑ NONE DELIVERY: City: ❑ IN CALIFORINA Filled Out By: Date: ❑ IN U.S. ❑ OVER SEAS St. Zip: COMPANY NAME: CONTACT: ADDRESS: CITY: cl bcBeSb-4265-4ada-a222-fb944b7d08d4 PHONE NO.: EMAIL: FAX NO.: ST. ZIP Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Coroner Building Remodel This project consists of renovations to and an addition to the existing Weld County building located at 1121 M Street, Greeley to create a new Coroner Building. Scone of work: This project will consist of general contractor performing renovations and an addition to the existing building. In addition to plans and specifications attached that detail the scope, work shall include: 1. Remove existing walls, flooring, ceilings, support structures HVAC, plumbing and lighting as necessary to renovate existing building. 2. Provide grading, site concrete and asphalt patching as necessary. 3. Construct walls as shown on drawings. 4. Provide new doors, frames and hardware as specified. 5. Install new casework as shown on drawings. 6. Paint all walls, hard ceilings, door and steel window frames and railings throughout the building. 7. Provide and install all masonry, structural steel, foundations and interior finishes. 8. Remove all signage from exterior of building and fill holes with mortar. 9. Install new ducts, louvers and grilles per mechanical drawings. 10. All mechanical systems controls shall be Delta Controls Version 3.4 by Set Point or Metasys Version 9.0.0.4256 by Johnson Controls. All HVAC equipment shall be capable of being monitored and controlled remotely. VFD Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status VFD Command 0% to 100% Control VFD Status Constant Volume Control System Fan Start / Stop command. Fan Start/Stop Status Heat 1 On/Off Control Heat 2 On/Off Control Heat Status 1 Heat Status 2 Cool 1 On/Off Control Cool 2 On/Off Control Cool Status 1 Cool Status 2 Outside Air Temp Supply Air Setpoint Supply Air Temp Return Air Temp Mix Air Temp Duct Static Setpoint Control Duct Static Status Bypass Damper 0% to 100% Control Bypass Damper Status BID REQUEST #62000154 Page 9 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 11. Provide new fire alarm system per authority having jurisdiction. GC to provide and pay for all engineering and any costs and fees for permits and inspections for fire alarm system. New fire alarm system shall either be Fire Lite or Silent Knight. 12. Contractor shall provide six remote controls for each garage door. 13. Contractor shall provide raised metal lettering on the sign monument. The letters shall be metal, painted white (oil base) and be 10 -inches tall. Sign shall state: Weld County Coroner" 14. Contractor to provide and install all autopsy equipment as shown on drawings. 15. All lighting and power to be per electrical drawings. GC to provide all data boxes and conduits inside the walls with pull strings to above accessible ceilings and marked as to location of box. 16. Relocate underground utilities as shown on drawings. 17. Contractor must develop a stormwater management program (SWMP) that meets EPA and State of Colorado requirements. Contractor will be the operator for such permits and will be responsible for any violations/fines for non-compliance with the regulatory requirements. 18. Remove and properly dispose of all trash generated by construction activities off site. 19. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 20. No bid bond is required for this project. 21. A builder's risk insurance policy in the amount of the bid will be required. 22. Davis -Bacon and Buy American requirements are NOT required. BID REQUEST #62000154 Page 10 23. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 24. Based on a contract being ready on September 7, 2020, provide the completion date for this project. Date of this Bid Advertisement Date Pre -bid Conference Proposals Are Due Contract Award Notice Contract Execution Construction Start Completion July 13, 2020 July 13, 2020 July 27, 2020 August 13, 2020 August 31, 2020 September 7, 2020 Immediately upon receipt of signed contract No Later than April 1, 2021 TOTAL $3,079,000 COMPLETION DATE 04/01/21 A mandatory ore -bid conference will be held on July 27, 2020 at 1:30 PM at 1121 M Street, Greeley, CO. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than August 13, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). BID OPENING WILL BE HELD VIA A SKYPE CONFERENCE CALL To join call: 1 (720) 439-5261 and enter Conference ID: 975547561 Please note that due to the Coronavirus (COVID-19) pandemic, some of us are teleworking. With that said, the following changes have been made to our current bid process until future notice: 1. No hard copies of bids will be accepted. 2. Only one electronic copy of your bid is needed. PDF format is required. 3. Email bids to bids6iNyeldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com/. The maximum file size to upload to BidNet is 500 MB. BID REQUEST #B2000154 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. #B2000154. 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 Dohn Construction, Inc. BUSINESS ADDRESS 2642 Midpoint Drive BY Douglas A. Dohn (Please print) CITY, STATE, ZIP CODE Fort Collins, CO 80525 TELEPHONE NO 970-490-1855 SIGNATURE -- P ;--- ,\\� w FAX 970-490-6093 DATE August 13, 2020 TAX ID # 84-1209327 E-MAIL ddohn@dohnconstruction.com **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID`* WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTES dirk%) W, jdoilik, BOARD OF COUNTY COMMISSIONERS Wel• Co t, lerWELD COUNTY, COLORADO B Deputy Cler'to the Boar Freeman, Chair sEp 2 12020 BID REQUEST #B2000154 Page 12 Fort W.19 (Rev. October 2018) 0000rtment of Ina Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification ► Go to www.Irs.gov/FormW9 for Instructions and the latest Information. Give Form to the requester. Do not send to the IRS. y3 e ai 0 `o 3 ' w T -i a. o to 1 Ott: t Name (as spawn on your income tax r slum). Name is required on this lino: do not leave this line blank. Dohn Construction, Inc. 2 Business namgtdi9regardod entity name. It diftorent from above Chock appropriate box for federal tax classification of the person whose name Is entered on line 1. Chock following seven boxes. only ono of the ❑ Trust/ostate 4 Exemptions mp certain entities, instructions Exempt payee Exemption code (if any) «r:,r�,fu. codas ( apply only to not indhrldualst see on page 3): code (if any) Ill Individual/sole proprietor or ❑ G Corporation SI S Corporation ❑ Partnership single -member LLC ❑ Limped liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership)► Note: Check the appropriate box in the line above for the tax classification of the single -member owner. LLC iI the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single is disregarded from the owner should check the appropriate box for the tax classification of its owner. Other sae tnstructiorts ► t ) from FATCA reporting Do not check of tho LLC is -member LLC that , 5 Address (number, street, and apt. or suite no. Soo instructions 2642 Midpoint Drive Requester's name and address (apt arraI) 8 City, stale, and ZIP code Fort Collins, CO 80525 7 List account number(s) here (optional) TIN) axpayer Identification Number ( Enter your TIN in the appropriate box. The TIN provided must match the name given on tine 1 to avoid backup withholding. For individuals, this is generally your social security number (SSN). However, for a resident alien, sale 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. Note: If the account is In more than one name, see the instructions for line 1. Also see What Name and Number To Give the Requester for guidelines on whose number to enter. M Certification Under penalties of perjury, I certify that: 1, The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S. citizen or other U.S, person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all Interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than Interest and dividend„ you are not required to sign t1Fertification, but you must provide your correct TIN. See the Instructions for Part II, later. Social security number or Employer Identification number 8 4 1 2 0 9 3 2 T Sign Here Signature of U.S, person ► lt�tr�u /G/i/t General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Forrn W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an Information return the amount paid to you, or other amount reportable on an information return, Examples of information returns Include, but are not limited to, the following. • Form 1099-INT (Interest earned or paid) Date ► • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. if you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What Is backup withholding, later. Cat. No.10231X Form W-9 (Rev. 10-2018) ADDENDUM#1 BID REQUEST NO. B2000154 Weld County Coroner Building Remodel Buildings & Grounds Department BID SPECIFICATIONS / PLANS CHANGES: ARCHITECTURAL: 1) Architectural drawings: No specifications were included for the freezers and coolers. Add attached Mortech cooler quotation request form. 2) Architectural drawings page A1.7 note 10 calls out for a bike rack but no specifications are given. New bike rack shall be: Ribbon style, 5 bike, 2" schedule 40 steel pipe, 40" long, powder coated black, surface flange mounted. 3) Currently autopsy equipment schedule calls out for standard hydraulic autopsy carrier 600015- H but does not specify any optional features. Change specification for standard hydraulic autopsy carrier 600015-H to include optional T3614 stainless steel autopsy tray. MECHANICAL: SPECIFICATIONS 1. Section 20 0900 Controls: Section 1.02 Quality Assurance: Add section F. All control wiring shall be plenum rated. Low voltage control wiring does not need to be installed in conduit. All line voltage control wiring (serving switches, relays, etc. shall be in conduit). 2. Section 20 0900 Controls: Modify Section 2.01 Acceptable Manufacturers as follows: Acceptable Manufacturers: Delta Controls Version 3.4 as installed by Set Point. Metasys Version 90.0.04256 as installed by JCI. DRAWING ITEMS 1. Drawing M3.2 First Floor Mechanical Plan: Modified duct sizes serving RTU-2. 2. Drawing M3.2 First Floor Mechanical Plan: Deleted VAV-19 and VAV-20. 3. Drawing M5.1 Mechanical Schedules: Revise ESP values for all units. 4. Drawing M5.1 Mechanical Schedules: Revise capacities for RTU-2. 5. Drawing M5.1 Mechanical Schedules: Added schedule notes. 6. Drawing M5.1 Split System Unit Schedule: Revised unit tags. 7. Drawing M5.1 Terminal Air Box Schedule: Deleted VAV-19 and VAV-20. 8. Drawing M5.3 Temperature Control Drawing: Added Owner required input/output points table. 9. Drawing M5.4 Temperature Control Drawing: Added Owner required input/output points table. 10. Drawing M5.4 Temperature Control Drawing: Modified required points for RTU-2. RTU-2 is changed to a single zone unit and some points shown in the control graphic no longer apply. ELECTRICAL: SPECIFICATIONS 3. Section 28 3101 Fire Alarm and Detection Systems: Section 2.01 ACCEPTABLE MANUFACTURERS: All manufacturers listed within this section are valid. 4. Section 28 3101 Fire Alarm and Detection Systems: Section 2.03 SIGNALING LINE CIRCUIT DEVICES: Subsection A(8), regarding Audible sounder detector bases, is not within the scope of this project and shall be removed. 5. Section 28 3101 Fire Alarm and Detection Systems: Section 2.05 ANNUNCIATION: Subsection A(12), regarding remote client workstations, shall be removed from scope. 6. Section 28 3101 Fire Alami and Detection Systems: Section 2.07 CONNECTIONS TO AUXILIARY DEVICES PROVIDED BY OTHERS: Subsection A and F, regarding Flow switches and Post Indicator Valves, these devices are not within the scope of the project and shall be removed. 7. Section 28 3101 Fire Alarm and Detection Systems: Section 2.09 STANDALONE DEVICES: This section shall be removed. The design intent was for fire alarm signaling and notification devices to utilize a Class 2 current -limited addressable system, and not 120V/Battery powered devices. DRAWING ITEMS 11, Drawing E4.2 Fire Alarm Riser Diagram has been revised. Release Panel Functions and a mass notification components have been removed. 12. Drawing E3.3 Any new fiber optic lines being relocated shall stub -up near the west wall of I.T. Room 121. Demarc requirements shall be coordinated with service provider. 13. Regarding tele data, security and access control, all associated rough -in shall be by Contractor, and cables and devices shall be by Owner. 14. Drawing E2.1, Included power for miscellaneous generator loads. 15. Drawing E3.3, Eliminated VAV-19 and VAV-20. 16. Drawing E3.4, Added equipment and circuit tags for the exhaust fans, revised disconnect switch for RTU-1, added disconnect switch and equipment and circuit tags for RTU-2, and added a maintenance receptacle on north end of HRV-1. 17. Drawing E5.1, Revised circuit breakers and feeders for RTU-1 and RTU-2. 18. Drawing E5.2, Revised disconnect switch for RTU-1. 19. Drawing E5.3, Updated panel schedules to reflect the above information. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on August 13, 2020 (Weld County Purchasing Time Clock). BID OPENING: The bid opening will remain as a Skype conference call as identified on page 11 of the Bid Specifications (directions for Skype calling). ***We need sinned copy on file. Thank your** Addendum received by: Dohn Construction, Inc. FIRM 2642 Midpoint Drive ADDRESS Fort Collins, CO 80525 CITY AND STATE —� 4 B Douglas A. Dohn, President ddohn@dohnconstruction.com EMAIL August 6, 2020 ADDENDUM#2 BID REQUEST NO. B2000154 Weld County Coroner Building Remodel Buildings & Grounds Department BID SPECIFICATIONS / PLANS CHANGES: ARCHITECTURAL: 1.) Morgue equipment schedule item 5 currently calls for (2) freezer storage racks to be stationary cantilever storage system model 7002-5SS. Racks should be (2) stationary side loading racks model 7011 -5 -SL -MT. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on Auclust 13} 2020 (Weld County Purchasing Time Clock). BID OPENING: The bid opening will remain as a Skype conference call as identified on page 11 of the Bid Specifications (directions for Skype calling). ***We need sinned copy on file. Thank You!*** Addendum received by: Dohn Construction, Inc. FIRM 2642 Midpoint Drive ADDRESS Fort Collins, CO 80525 CITY AND STATE B Douglas A. Dohn, President ddohn@dohnconstruction.com EMAIL August 10, 2020 ------1 DOHNCON-01 .4` OJRv CERTIFICATE OF LIABILITY INSURANCE LPREWIT DAT9/3/202YYYY) 9/3/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER iCiaeCT PFS Insurance Group 4848 Thompson Parkway Suite 200 PHONE FAX pvc, so, sad): (970) 635-9400 I (A/c, No):(970) 635-9401 Johnstown, CO 80534 E-MAIL i ADDRESS: nfo@mypfsinsurance.com INSURER(S) AFFORDING COVERAGE NAIL # INSURER A :Employers Mutual Casualty Company 21415 INSURED INSURER B : Plnnacol Assurance CO 41190 Dohn Construction, Inc. DCI Residential, LLC INSURER C: Underwriters at Lloyds London Illinois 15792 2642 Midpoint Drive Fort Collins, CO 80525 INSURER D: INSURER E : INSURER F : _COVERAGES • • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSD VWD POLICY NUMBER (MM/�QmYY) (MMIDDmYYI LIMITS A X COMMERCIAL GENERAL LIABILITY 1R57255 10/1/2019 10/1/2020 EACH OCCURRENCE $ 1,000,000 l CLAIMS -MADE X OCCUR laths M EaEoNTErir)encs1 $ 500'000 MED EXP (Any one person) $ 10,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES JzOT PER: LOC GENERAL AGGREGATE $ 2'000'000 PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE X _ LIABILITY ANY AUTO OUTOS AUTOS ONLY AUTOS ONLY X SCHEDULED AU�T�OSWN p AUTOS t a 1Z57255 10/1/2019 1011!2020 COMBINED O BINEDfj SINGLE LIMIT $ 1,000,000 sow( INJURY (Per person) $ BODILY INJURY (Per accident) $ � p {PecracEcldent) AMAGE A__ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 1P57255 10M/2019 10/1/2020 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED I X I RETENTION$ 10,000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIIET9OERR/PARTNER/EXECUTIVE Mandatory In NH) EXCLUDED? If yes, de TItbe under DESCRIPTION OF OPERATIONS below Y/ N N / A 3055407 7/1/2020 711/2021 X I PER I 10TH- STATUTE ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE -EA EMPLOYEE 1,000,000 $ E.L. DISEASE - POLICY LIMIT , x000 $ 1 000 C Professional Errors DDC10144.20 1/1/2020 1/1/2021 Limit 2,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES (ACORD 101, Addllional Remarks Schedule, may be attached If more space Is required) Project: Coroner Building Remodel, 1121 M St, Greeley CO. As required by written contract the following provisions apply subject to the policy terms, conditions, limitations and exclusions: The Certificate Holder Is named as Additional Insured for ongoing and completed operations on a Primary and Non -Contributory basis under General Liability and Automobile Liability. A Waiver of Subrogation applies to the General Liability, Automobile Liability and Workers' Compensation. Umbrella is follow form and provides excess coverage over the General Liability, Automobile Liability and Employers' Liability. 30 Day Notice of Cancellation applies except 10 Days for Nonpayment of Premium. CERTIFICATE HOLDER CANCELLATION Weld County, Colorado Director of Buildings and Grounds 1105 O St Greeley, CO 80631 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* DOHN CONSTRUCTION INC Contract Name* CORONER BUILDING REMODEL Contract Status CTB REVIEW Contract Description* REMODEL THE CORONER BUILDING Contract Desorption 2 Contract Type it CONTRACT Amount* $ 3,079,000.00 Renewable* NO Automatic Renewal Grant iGA Entity ID* g'00042286 Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.c Om Department Head Email CM-BuildingGrounds- DeptHeadgweldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTO RN EYgWELDG OV.COM If this is a renewal enter previous Contract ID If this is part of a IIASA enter !ASA Contract ID ❑ New Entity? Contract ID 4081 Contract Lead* SGEESAMAN Contract Lead Email sgeesarnan@co.weld.co.us Requested BOCC Agenda Date* 09 14`2020 Parent Contract ID Requires Board Approval YES Department Project # Due Date 09 10 2020 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 OnBase Contract Dates Effective Date Review Date* 06;30!2021 Renewal Date Termination Notice Period Committed Delivery Date Expiration Date* 06,' 30;' 2021 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 09/14,,2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 09;2112020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 09,' 1612020 Tyler Ref #E AG 092120 Legal Counsel KARIN MCDOUGAL Legal Counsel Approved Date 09 16;2020 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 August 24, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Coroner - Building Remodel - #B2000154 As advertised, this bid is to renovate the building at 1121 M Street for the new Coroner Building. The low bid from Dohn Construction, INC. meets specifications. Therefore, Buildings & Grounds is recommending awarding to Dohn Construction, INC in the amount of $3,079,000.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director c98/3 I 2a*2O - 2 ) 6 SGoa�2 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverett(cr�weldgov.com E-mail: rturf(a�weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: AUGUST 13, 2020 REQUEST FOR: CORONER BUILDING REMODEL DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000154 PRESENT DATE: AUGUST 17, 2020 APPROVAL DATE: AUGUST 31, 2020 VENDOR TOTAL COMPLETION DATE DOHN CONSTRUCTION, INC $3,079,000.00 04/01/21 2642 MIDPOINT DR FT COLLINS, CO 80525 ELDER CONSTRUCTION, INC $3,286,473.00 04/01/21 7380 GREENDALE RD WINDSOR, CO 80550 SWIFT BUILDERS, LLC $3,318,918.00 03/26/21 2000 S COLLEGE AVE FT COLLINS, CO 80528 RHINOTRAX CONSTRUCTION $3,439,000.00 04/01/21 1035 COFFMAN ST STE 110 LONGMONT, CO 80501 ROCHE CONSTRUCTORS, INC $3,440,700.00 03/31/21 361 71ST AVE GREELEY, CO 80631 GROWLING BEAR CO INC $3,513,513.00 04/01/21 2330 4TH AVE GREELEY, CO 80631 TCC CORPORATION $3,557,773.00* 03/31/21 609 GYRFALCON CT, STE D WINDSOR, CO 80550 NEUMARK COMMERCIAL $3,682,707.00 04/01/21 BUILDERS, LLC 6379 ROCKWELL CT LOVELAND, CO 80538 2020-2516 o6/i7 SG.6,(Z . PAGE 2 REQUEST FOR: CORONER BUILDING REMODEL DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000154 VENDOR TOTAL HAUSMANN CONSTRUCTION, INC 8885 EXECUTIVE WOODS DR LINCOLN, NE 68512 $3,771,000.00 COMPLETION DATE 04/01/21 CALAHAN CONSTRUCTION $3,989,000.00 04/01/21 SERVICES 1661 WADSWORTH BLVD LAKEWOOD, CO 80214 LSE BUILDERS GROUP 318 MAIN ST LONGMONT, CO 80501 ABERDEEN CONSTRUCTION 4158 JASON ST DENVER, CO 80211 $4,088,045.44 04/01/21 $4,647,418.58 NOT PROVIDED "ALTERNATE: ISOLATION VALVES FOR IRRIGATION. ADD $1,828.00. THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS.
Hello