Loading...
HomeMy WebLinkAbout20201602.tiffCod -,.L" # 37/7 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & WESTCO�SYSTEMS. INC HEALTH DEPARTMENT CHILLERREPL4CE NT THIS AGREEMENT is made and entered into this thi,i5,72Z4ffy of , 202D, by and between the County of Weld, a body corporate and politic of the Stag' of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Westco Systems, Inc. whose address is 7396 Lowell Blvd. Westminster, CO 80030, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000126". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities Cortceell- Qs -At -24-066-) .o 061221 0 _ aa_ �, �Goo22 described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $141,913.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty, Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Westco Systems, Inc. Attn: Robin Westhafer Address: 7396 Lowell Blvd. Address: Westminster, CO 80030 E-mail: robin.westhafer(aiwestcosystemsinc.com Telephone: (303) 427-4800 Coun : Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor(weldgov.com Facsimile: 970.304.6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications: This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. I WITNESS WHEREOF, the parties hereto have signed this Agreement this Ck day of , 202). CONTRACTOR: West 5vst By: UV - Name: ' 1A,57, Title: `y(. t` Date to - lv - WELD TOU�� �• „�,/ •� ATTEST: �,GLD Weld C ' nv Clerk to the BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair JUN 222020 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, Co 80631 DATE: MAY 5, 2020 Exhibit A BID NUMBER: B2000126 DESCRIPTION: HEALTH DEPARTMENT CHILLER REPLACEMENT DEPARTMENT: BUILDINGS & GROUNDS BID OPENING DATE: MAY 26, 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: HEALTH DEPARTMENT CHILLER REPLACEMENT A mandatory pre7bid conference will be held at 10:00 AM on May 1 2,_2020 at the Weld County Health Department and Planning Building located at 1555 N. 17th Avenue, Greeley, CO 80631. We w-,ni ] be adhering to current state social distancing guidelines. Bids will be received for the above stated equipment up to, but not later than: County Purchasing Time Clock). 11:00 AM on May 26, 2020 (Weld °`` e LEASE NOTE: Due to the recent events surrounding the Coronavirus (COVD19) pand�em c9 some county e pl yees are teleworking; therefore, the bid opening will be boil yip:a Skvppe conference pail. 'A �.OSt•/aQiMVY a.)w. el.. :JYm�J.I+M.nwaM�51W.t .... ... rR"ain�ly 1�.�VUMU: v ee pa, 5 for conference call information.** 2. INVITATION TO BID: Bids shall include any and all charges for delivery, 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. livery to Weld County — 'I 1. Email. Due to the Coronavirus (COVID-19), emailed bids are required. Bids may be emailed to bids a@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. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. 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 G.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. 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. H. 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. I. 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. J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing, signed by both parties. K. 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. L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. BID REQUEST #B2000126 Page 2 M. 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. N. 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. O. 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. P. Employee Financial interest/Conflict of Interest C.R.S. §§24-°18-20°1 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. Q. 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. R. 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. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or scope of work. BID REQUEST #B2000126 Page 3 HEALTH DEPARTMENT CHILLER REPLACEMENT This bid is for the replacement of the c .ling chiller and associated equipment located at the Weld County Health Department and Planning Building located at 1555 N 17th Avenue, Greeley, CO 80631. SPECIFICATIONS This is a turn -key replacement project of the chiller unit and will include the following: 1. Removal of the old chiller and installation of new chiller as well as two circulation pumps, associated valves, air purger and expansion tank. 2. Replacement chiller must meet the minimum specification to retain the same function as the current unit. The current unit is a Trane series R air cooled chiller: a. Model # RTAA1704YQ01A0D1 BDFK b. Serial # U98J02823 c. Voltage 480/60/3 3. Replacement circulation pumps, (2) each, must meet the minimum specification to retain the same function as the current units. The current units are Taco pumps: a. Mod& # FE2008E2C1 F2LOA b. 120 GPM c. 55 Head FT. d. 5 HP Motor e. 1725 RPM f. 480/60/3 Voltage 4. Replace existing air purger in mechanical room. 5. Replace existing expansion tank in mechanical room. 6. All hoisting and lifting equipment shall be a part of this contract as needed to complete the project. 7. Glycol water mixture shall be recovered during removal and put back into the system. If additional glycol water mixture needs to be supplied, it shall be a 30% glycol mixture. 8. Replacement shall be completed in a manner that cooling capabilities are not disabled during business hours during spring, summer or fall. If work must be accomplished during business hours, contractor shall develop a method to retain cooling capabilities for the building. 9. Work outside of the building's public areas may be completed during normal business hours as long as there is no disruption to services provided by the Health or Planning Departments. Any work that wili bra a disruptive to the operation of the building will need to be conducted during non -business hours. Normal business hours are Monday through Friday 8 AM until 5 PM. 10. All pipe insulation and jacketing that is disturbed will be required to be replaced with new materials. 11. The system will be set up to utilize the current Delta control system Version 3.4 through SetPoint Systems and maintain the same capabilities as the current unit does. 12. All piping connections, electrical connections and control connections shall be a part of this contract. 13. Test and balance of installed equipment is required. BID REQUEST #B2000126 Page 4 14. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities as shown above. 15. The anticipated contract date is July 10, 2020. The projected installation date is no later than December 1, 2020. 16. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 17. Remove and properly dispose of all trash generated by construction activities off site. 18. Dispose of / recycle all equipment off -site in a legal manner. 19. Payment and Performance bonds are required if the costs exceed $50,000.00. 20. Bidder is expected to enter into a standard County contract. 21. The project will be permitted through the Weld County Building Department. Fees for permits will be waived. 22. A builder's risk policy in the amount of the completed work shall be provided for this project. 23. No bid bond is required for this project. 24. Davis -Bacon and Buy American requirements are NOT required PRICING AND SCHEDULE Provide your estimated lead time for equipment delivery and estimated schedule. Provide the lump -sum total to perform this work. ESTIMATED LEAD TIME FOR EQUIPMENT DELIVERY DAYS TOTAL Pease note that due to the C oronavfrus OVD/ 9) pandemic, some of us are telew irking. VVith that said, t h e fo U m i n q changes have been made to G/ u r current b i d process A v't i J future notice: 1. No hard copies of bids will be accepted. 2. If multiple copies of the bid were requested per the original bid specifications, please disregard. Only one electronic copy is needed. 3. Email bids to bids@weldgov.cor. Ifyourbid exceeds25MB please upload yourbid to https://vvww.bidnetdirect.comi. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. A mandatory pre -bid conference will be held on 10:00 AM on May 12, 2020 at the Weld County Health Department and Planning Building located at 1555 N6 17th Avenue, Greeley, CO 80631. We tivuuri adhering to current state social distancing uideHn es. Bids will be received up to, but not later than 11:00 AM on Ma 26 2020 weld Count Purchasin Time Clock). BID OPENING: MAY 26, 2020 @ 11:00 AM A S f $ ''I r .,=s1 F.2,4 t N ERENCE CALL To join call: PHONE NUMBER: 1 (x'20) 439®5261 CONFERENCE ID: 61876/859 BID REQUEST #B2000126 Page 5 The undersigned, by his or her signature, hereby acknowle tiges and represents th �.v to 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B2000126 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 BUSINESS ADDRESS (Please print) DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL EMAIL DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #08-03551-0000. ATTEST: Weld County Clerk to the Board BY: YOU DO NOT NEED TO SEND BACK PAGES 1 — 3. 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 tatiatatti BID REQUEST #B2000126 Page 6 Health Department Chiller Replacement B2000126 Questions & Answers Posted 05/19/20 1) Question: Could you tell me the percentage of glycol presently in your system? Answer: 30% 2) Question: What's the total gallons in the system? Answer: Unknown. 3) Question: What is setpoint doing with the chiller (control wise)? Answer: Start stop on the chiller and start / stop on the pumps 4) Question: Is it hard wired or is it done through a BACnet card? Answer: Hard wired. 5) Question: Who is your rep. for Setpoint as well? Answer: Tedd Leighty 6) Question: What is the Chilled Water supply and return line size specifically at the air separator? Answer: They vary but at the air separator they are 4". 7) Question: Can you confirm the number of control valves to be replaced? Is this valve and actuator? Is there a chilled water bypass valve for this system? Answer: There are four existing control valves and two balancing valves to be replaced. There are also two check valves that will need to be replaced. None of the existing valves are actuator valves. There is no chilled water bypass valve for this system. 8) Question: Can you confirm the amount of new glycol you would like to be carried in the bids? Answer: You will only need to provide additional glycol if the chiller capacity is larger than the existing one or if some is lost in the drain down. The existing glycol mixture can be re -used in the new system. 9) Question: Are all the existing valves to be reused or replaced i.e. balancing valves, isolation valves and vibration eliminators? Answer: Existing valves are to be replaced. 10) Question: Specs for valves? Answer: We don't have any specs for the new valves. Match existing. 11) Question: Will temp cooling be necessary? Answer: See scope of work item #8. 12) Question: Can pro -press be used on the copper pipe & fittings? Answer: Yes 13) Question: What are the warranty terms you are expecting? Answer: Standard manufacturer's warranty on ail parts and equipment, and a one- year warranty on all labor. 14) Question: Are Controls to be carried under this contract? Answer: Yes. 15) Question: What are the existing water temperatures of the chiller? Answer: 40 degrees Fahrenheit. 16) Question: Are there any specific requirements for the air separator? Answer: Match existing. See air purger detail (below) from original as -built drawings below. tt \ Ai ./ iT/r OCRING o vft i� A:L: r ,`i iNNE ' r\ .146107.01 - XciANS ON TANK 7 4" CONI;R rL PAD AIR PURGER_&_EXPANSION TANK ASSEMBLY 17) Question: Do we need an engineer or manufacturer certification that the replacement equipment meets the minimum capacity of the existing chiller? Answer: Either wi i suffice. 18) Question: Will there be an addendum for the cost to add temporary cooling as an option so the swap could occur during warmer months? Answer: Yes. 19) Question: Is the exterior metal pipe jacket required as the original installation? Answer: Yes, exterior metal pipe jacket is required. Exhibit B HEALTH DEPARTMENT CHILLER REPLACEMENT This bid is for the replacement of the cooling chiller and associated equipment located at the Weld County Health Department and Planning Building located at 1555 N 17th Avenue, Greeley, CO 80631. SPECIFICATIONS This is a turn -key replacement project of the chiller unit and will include the following: 1. Removal of the old chiller and installation of new chiller as well as two circulation pumps, associated valves, air purger and expansion tank. 2. Replacement chiller must meet the minimum specification to retain the same function as the current unit. The current unit is a Trane series R air cooled chiller: a. Model # RTAA1704YQ01A0D1 BDFK b. Serial # U98.102823 c. Voltage 480/60/3 3. Replacement circulation pumps, (2) each, must meet the minimum specification to retain the same function as the current units. The current units are Taco pumps: a. Model # F E2008E2C 1 F2LOA b. 120 GPM c. 55 Head FT. d. 5 HP Motor e. 1725 RPM f. 480/60/3 Voltage 4. Replace existing air purger in mechanical room. 5. Replace existing expansion tank in mechanical room. 6. All hoisting and lifting equipment shall be a part of this contract as needed to complete the project. 7. Glycol water mixture shall be recovered during removal and put back into the system. If additional glycol water mixture needs to be supplied, it shall be a 30% glycol mixture. 8. Replacement shall be completed in a manner that cooling capabilities are not disabled during business hours during spring, summer or fall. If work must be accomplished during business hours, contractor shall develop a method to retain cooling capabilities for the building. 9. Work outside of the building's public areas may be completed during normal business hours as long as there is no disruption to services provided by the Health or Planning Departments. Any work that will be a disruptive to the operation of the building will need to be conducted during non -business hours. Normal business hours are Monday through Friday 8 AM until 5 PM. 10. All pipe insulation and jacketing that is disturbed will be required to be replaced with new materials. 11. The system will be set up to utilize the current Delta control system Version 3.4 through SetPoint Systems and maintain the same capabilities as the current unit does. 12. All piping connections, electrical connections and control connections shall be a part of this contract. 13. Test and balance of installed equipment is required. BID REQUEST #82000126 Page 4 ADDENDUM#1 BID REQUEST NO. B2000126 Health Department Chiller Replacement Buildings & Grounds Department BID SPECIFICATIONS CHANGES: On page 4 Item 8, add the following: 8. Replacement shall be completed in a manner that cooling capabilities are not disabled during business hours during spring, summer or fall. If work must be accomplished during business hours, contractor shall develop a method to retain cooling capabilities for the building. If an alternate cooling method is proposed so this task can be accomplished during spring, summer or fall, provide those costs in the space below. On page 5 Pricing and Schedule, add the following: Provide your estimated lead time for equipment delivery and estimated schedule. Provide cost for alternate cooling. Then provide the grand total to perform this work. ESTIMATED LEAD TIME FOR EQUIPMENT DELIVERY 45 -5 © DAYS EQUIPMENT REPLACEMENT TOTAL $ 1'41 9/3 0O ALTERNATE COOLING TOTAL $ GRAND TOTAL $ /L1 1 � g 1 3 . O 0, ***We need signed copy on file. Thank you!*** Addendum received by: tAleSt C- , _ .7 -8r» L Tan FIRM 7391 Lo 113/vc. ADDRESS tJA4",: �, rgr L Ca .?0b3O Cl BY Q ST n.w.eha-c'-tx raL 3tcc)Ste +s: n C. CO Al EMAIL May 19, 2020 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. #B2000126 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 bids) may be awarded to more than one vendor. FIRM La-es-/-c.0Sy s f 5 L 1 BUSINESS ADDRESS 1394. Lo,c: f,j ( ✓ d. DATE BY --R,o3 CITY, STATE, ZIP CODE [,J2 5 1- M TELEPHONE Nr.,.rC-1 }, F SIGNATURE EMAIL am-) pi r Chi o uu') (Please print) r, CO S'Lv3 6 365 71 �)-..o2, TAX ID#3q-/aa7aLir AIL r cbe ioe5- -ta 'tr r�7, kr<a 5,/Stern { n C C'Ori nS �: i C. � O DATE **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT ROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 3. 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 #82000126 Page 6 Riff ACC) A, CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 12/19/2019 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(les) must have ADDITIONAL INSURED provisions or be endorsed. IfSUBROGATION 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 Commercial Risk Solutions 6600 E. Hampden Ave., Ste. 200 Denver CO CONTACT roam Shana Tamayo tax No PRONE FAX Eat: 3O3-996-7842 I jive. tot 303-757-7719 kmAIL AA9OREss:. stamayocrsdenver.com INSURERS) AFFORDING COVERAGE NAIC It INSURERA: Westfield Insurance 24112 INSURED WESTC-2 Westco Systems, Inc. 7396 Lowell Blvd. Westminster CO 80030-4860 INSURER 6 : Pinnacol Assurance 41190 INSURERC: INSURER. 0: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 1997443359 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, MISR LTR A X TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR GEN'L. AGGREGATE LIMIT APPLIES PER POLICY X CT LOC OTHER: AUTOMOBILE LIABILITY ADDL INS() sues WVD Y Y POLICY NUMBER TRA5062703 YE 1/1/2020 POLICY EXP IMIMNOWYYYYI 1/1/2021 EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea ocarronwl UNITS $ 1,000,000 MED EXP (Any one person) $ 500,000 $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE g 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 A x X ANY AUTO OWNED f SCHEDULED AUTOS ONLY „,� AUTOS HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY Y TRA5062703 1/1/2020 1/1/2021 COMBINED SINGLE LIMIT IEe acddaml BODILY INJURY (Per person) $1,000,000 BODILY INJURY (Per accident) PROPERTY DAMAGE Per accident) $ A X UMBRELLA UAB EXCESS LIAB DEO I X I RETENT ON $ n X OCCUR CLAIMS -MADE TRA5062703 1/1/2020 111 /2021 EACH OCCURRENCE g 5,000,000 AGGREGATE B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPRO PRIETOR/PARTN ER/EXE CUTIV E OPFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN N N/A Y 4073650 1/1/2020 1/1/2021 x I STATUTE I iv, E.L. EACH ACCIDENT $1,000.000 E.. L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional RemadIS Schedule, may be attached If more space is required) Weld County is included as additional insured on the General Liability with respect to ongoing and completed operations of the named insured for the certificate holder as required by written contract. General Liability, Auto Liability and VVorkers Compensation coverage Include waivers of subrogation. All policy terms, conditions and exclusions apply. CERTIFICATE HOLDER CANCELLATION Weld County PO Box 758 Greeley CO 80632 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form Entity Name* WESTCO SYSTEMS INC ❑ New Entity? Entity ID* 0034043 Contract Name* HEALTH DEPARTMENT CHILLER REPLACEMENT Contract Status CTB REVIEW Contract Description* CHILLER REPLACEMENT AT THE HEALTH DEPARTMENT Contract Description 2 Contract Type CONTRACT Amount * $141,913.00 Renewable NO Automatic Renewal Department BUILDINGS AND GROUNDS Department Email CM- BuldingGroundsc@t weiccfgov.co m Department Head Email CM-BuildingGrounds- DeptHead@weidgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY c@WELD GOV COM Contract ID 3717 Contract Lead* SGEESAMAN Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project sgeesaman@coweld cous Requested BOCC Agenda Date* 06/29/2020 Due Date 06/25/2020 Will a work session with BOCC be required?* NO Does Contract regnsre 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 Onaase Canact Dates Eff Date Review Date * Renewal Date 12/31/2020 Termination Notice Period Committed Delivery Dale Expiration Date* 12/31/2020 Contact Info Contact Name Pu rc) Approval Pctxce Department Head TOBY TAYLOR DH Approved Date 6/16/2020 Final App BOCC Approved BOCC Agenda. Date 06/2212020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 06117/2020 Tyler Ref # AG 062220 Legal Counsel BOB CHOATE Legal Counsel Approved Date 06/1712020 Yi• rT T June 1, 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 To: Board of County Commissioners From: Toby Taylor Subject: Health Department Chiller Replacement; Bid (62000126) As advertised, this bid is to replace the chiller at the Health building located at 1555 N. 17th Avenue, Greeley, CO. The low bid from is from Westco Systems, INC and meets specifications. Therefore, Buildings & Grounds is recommending the bid be awarded to Westco Systems INC. in the amount of $ 141,913. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ©645 2020-16x2 -6©©A 4 WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverettaweldgov.com E-mail: rturfaaweldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: MAY 26, 2020 REQUEST FOR: HEALTH DEPARTMENT CHILLER REPLACEMENT DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B2000126 PRESENT DATE: JUNE 1, 2020 APPROVAL DATE: JUNE 15, 2020 VENDOR ESTIMATED LEAD TIME TOTAL FOR EQUIPMENT DELIVERY WESTCO SYSTEMS, INC $141,913.00 45-50 DAYS 7396 LOWELL BLVD WESTMINSTER, CO 80030 TRYG GROUP, LLC $152,296.00 70 DAYS 5195 W 58TH AVE UNIT D ARVADA, CO 80002 DESIGN MECHANICAL, INC $158,907.00 70 DAYS 312 CTC BLVD LOUISVILLE, CO 80027 EVEREST MECHANICAL* $171,192.00 65 DAYS 1254 SHERMAN DR, UNIT 5 LONGMONT, CO 80501 BRACONIER PLUMBING & HEATING $203,214.00 112 DAYS 4925 NOME ST DENVER, CO 80239 TRI STAR HEATING & AIR, INC $222,332.00 77 DAYS 21350 COUNTY RD 10 HUDSON, CO 80642 COLORADO MECHANICAL SYSTEMS $235,800.00 84 DAYS 7094 S REVERE PKWY CENTENNIAL, CO 80112 *BID RECEIVED 05/26/20 AT 10:42 AM VIA BIDNET, WAS NOT EMAILED TO BIDS@WELDGOV.COM. WAS NOT READ WITH THE OTHERS, BUT IT IS A VALID BID. THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS. 2020-1602 06/0 Hello