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
20201274
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 7, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Clerk & Recorder Remodel — Change Order 3 (B20000111) During construction, a separate project to install County fiber to buildings was pursued. The fiber installed to this building needs to have its conduit concealed by sheetrock. The cost of this additional work is $1,166.18. Buildings & Grounds is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director ezinsent Aaex\d1/4-a, 46GI q/ �TTI� OOO0 - I 8�oc� e a CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND SWIFT BUILDERS, LLC This Agreement Amendment ("Amendment"), made and entered into 9 441 day of December 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Swift Builders, LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1274, approved on June 8, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendments, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Pending Change Order 003, dated November 2, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Derek Cohen Printed Name Signature ATTEST: doldt4) ;GC Weld Co n y Clerk ythe :o. BY: Deputy Clerk APPR• -i AS Controller APPROVED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair DEC 0 9 2020 APPROVED AS TO SU = ANCE: ed 0 cial or Department Head g 5WIFT UILDEMS.uc Exhibit: Change Order # 3 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Clerk & Recorder Remodel Date: 11/2/2020 (Pending Change Order# 3 DESCRIPTION OF CHANGE: Added chase for the low voltage conduits. 1) Added framing and drywall $ 417.00 2) Painting $ 648.00 DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ 1,065.00 Swift Builders Labor $ - Subtotal $ 1,065.00 Other: $ - TOTAL DIRECT JOB EXPENSE $ 1,065.00 CITY TAXES @ 0.00% $ - GENERAL LIABILITY INSURANCE 1.00% $ 10.65 MARGIN & OVERHEAD @ 8.50% $ 90.53 TOTAL CHANGE ORDER COST $ I 1,166.18 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 2 days Approval: date MS Drywall Company 11451 Jersey Lane Thornton, CO 80233 E -Mail Address: msdrywall2@gmail.com Telephone: 720-385-8398 CHANGE ORDER 01 OCTOBER 16, 2020 TO: SWIFT BUILDERS ATTN: DEREK PROJECT: WELD COUNTY CLERK AND RECORDER DESCRIPTION OF WORK: PROVIDE AND INSTALL A DRYWALL CHASE TO CONCEAL EXPOSED PIPES PER PICTURE PROVIDED BY SWIFT BUILDERS. THIS WORK IS NOT SHOWN ON PLANS. LABOR FRAME 1 HOUR @ $60.00 LABOR DRYWALL 1 HOUR @ $60.00 MOBILIZATION AND STOCK MATERIAL 1 HOUR @ $60.00 LABOR FINISH 1 HOUR (REQUIRES EXTRA TRIPS) @ $60.00 LABOR TEXTURE (TRIP CHARGE TO SETUP SPRAY TEXTURE COMPRESSOR) 1 HOUR @ $60.00 LABOR CLEANUP 1 HOUR @ $60.00 TOTAL LABOR 6 HOURS @ $60.00 = $ 360.00 MATERIAL 3-5/8" STUDS AND TRACK GOLF @ $.55 DRYWALL 5/8' x 10'-0" 1 @ $24.00 TOTAL TOTAL COSTS $ 417.00 RESPECTFULLY SUBMITTED BY KEVIN MCDONALD AND MANNY SALAZAR MS DRYWALL COMPANY $33.00 24.00 $ 57.00 Date 1,O l u 7.) Project Description TRUCTURE COATINGS, LLC Change Order Number Change Order Totali(.0 c S Labor Total Material Total Accepted By: Signature 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 August 12, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Clerk & Recorder Remodel — Change Order 2 (B20000111) During demolition a couple of items were discovered that need correction: The demolition of the obsolete generator building revealed an underground electrical wiring tie-in. This needs to be upgraded to a traffic rated box to meet requirements. The gas piping was discovered to only be 1-1/2 inch and it needs to be 2 inches to meet design volume parameters. And two interior walls need to be moved slightly to accommodate proper configuration. The cost of this additional work is $6,718.87. Buildings & Grounds is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Cot-,S�•+�" t��o�a oS/i7/a C •3GC-r r-rsG), PUR OS"( i'7 r .020- 127'1 t;G©022 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND SWIFT BUILDERS, LLC This Agreement Amendment ("Amendment"), made and entered into 30th day of July , 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Swift Builders, LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1274, approved on June 8, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Pending Change Order 002, dated July 27, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Derek Cohen Printed Name Signature ATTEST: Weld County Clerk to the Board BY: Deputy Clerk to the Board APPROVED AS TO FUNDING: Controller APPTED AS TO FORM: County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair AUG 1 7 2020 PPROVED AS.TO.SUBSTANCE: ElectOfficial or Department Head Joao-ia-7'1 Exhibit -Change Order # 2 S SWIFT sUILr7E.a5.. SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Clerk & Recorder Date: 7/27/2020 'Pending Change Order ft 2 1 DESCRIPTION OF CHANGE: Changes per RFI 4, RFI 5 and Owner Direction 1) RFI ft 4 Traffic Rated Box Winterhawk Electric - Install traffic rated box at location of old generator $ 966.00 2) RFI / 5 - Gas Piping Upsize Corman Mechanical - Remove 1 12" gas piping and replace with 2" $ 4,920.00 3) Move Walls in Room 119 & 121 per Owner direction Move wall framing at room 119 that was already framed $ 200.00 DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ 6,086.00 Swift Builders Labor $ - Subtotal $ - Other: ..... $ - TOTAL DIRECT JOB EXPENSE $ 6,086.00 CITY TAXES @ 0.00% $ - BONDS/INSURANCE 1.75% $ 106.51 MARGIN & OVERHEAD @ 8.50% $ 526.36 TOTAL CHANGE ORDER COST $ ( 6,718.87 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS) .. 0 days Approval: date CORMAN MECHANICAL CONTRACTORS INC 1040 36TH STREET EVANS, COLORADO 80620 (970) 330-2216 • FAX (970) 330-6220 CHANGE PROPOSAL JULY 21, 2020 CMC CP I ATTN: DEREK COHEN SWIFT BUILDERS P. O. BOX 272430 FORT COLLINS, CO 80527 SUBJECT: WELD COUNTY CLERK & RECORDER THIS LETTER IS IN REFERENCE TO YOUR REQUEST FOR CHANGES ON THE SUBJECT PROJECT. FOLLOWING IS THE COST ASSOCIATED WITH THESE CHANGES. TO INCLUDE: RFI #5 • REMOVE I /2" EXISTING GAS PIPING AND REPLACE WITH 2" GAP PIPING ADD $ 4,920.000 PLEASE CONTACT ME IF YOU HAVE ANY QUESTIONS. SINCERELY, BROCK HORNUNG ESTIMATOR CORMAN MECHANICAL CONTRACTORS MAY WITHDRAW THIS PROPOSAL IF IT IS NOT ACCEPTED WITH IN 10 DAYS. IF ACCEPTED PLEASE SIGN BELOW AND EMAIL TO brocklikormanmech.com ACCEPTED BY: DATE SWinterhawk Electric Change Request #1 Clerk & Recorder Submitted By: Alan Lowther Winterhawk Electric 2601 S. Lemay Ave, Suite 7-431 Fort Collins, CO 80525 970-460-6550 Office 720-382-6341 Cell Submitted To: Project Name: Swift Construction Weld County Clerk & Recorder Date of Submission: 7/17/2020 Change Request: Per RFI #4, provide materials and labor to complete the following. Install new traffic rated in ground box at location of old generator building for splice box for site lighting. Repull conductors if damaged, splice and verify site lighting is operational. Labor — 6 @ $105.00 $630.00 Materials - $111.00 Quazite Jbox - $225.00 Total - $966.00 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 July 8, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Clerk & Recorder Remodel - #620000111 The additional restrooms were designed around the premise the buried sewer line was a 4 -inch diameter line. However, during demolition it was discovered a portion of the sewer line is 3 -inch diameter. To correct the issue and install a 4 -inch diameter line in this location, a change order in the amount of $1,103.99 is needed. B&G is recommending approving this change order so the project can remain on schedule. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director 7- /3 - oWol0 - /02 7 e too CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND SWIFT BUILDERS, LLC This Agreement Amendment ("Amendment"), made and entered into 6th day of July , 2020, by and between the Board of Weld County Commissioners, on behalf of the Weld County Department of Buildings and Grounds, hereinafter referred to as the "Department", and Swift Builders, LLC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-1274, approved on June 8, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Pending Change Order 001, dated July 2, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Derek Cohen Printed Name Signature ATTEST: __',..4 J �/• Weld BY: ��� / • Deputy Cler o th APP VEDAS TO FUN L ,,I,,aa. Controller APPROVED AS TO FORM: %Po'rts County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair JUL 13 2020 APPROVED AS TUBSTANCE: Elected 9fficial or Department Head cbc90 - 102 SO V. B SWIFT 9UILDES.u_c Exhibit- PCO-001 SWIFT BUILDERS, LLC PENDING CHANGE PROPOSAL PROJECT: Weld Clerk & Recorder Date: 7/1/2020 'Pending Change Order# 1 DESCRIPTION OF CHANGE: Changes per RFI # 3 response regarding the existing sewer main being 3" instead of 4" 1) Additional Plumbing Scope Corman Mechanical (No Cost) $ - 2) Sawcut/Demo/Pourback Concrete Sawcut $ 300.00 Demo Concrete $ 300.00 Pour back concrete $ 200.00 3) Drywall patch existing walls Patch existing restroom walls that are scheduled to remain, but need to have the plumbing trench cut $ 200.00 through. DIRECT JOB EXPENSES Expendable Tools $ - Equipment Rental $ - Subcontractor $ 1,000.00 Swift Builders Labor $ - Subtotal $ - Other: $ - TOTAL DIRECT JOB EXPENSE $ 1,000.00 CITY TAXES @ 0.00% $ - BONDS/INSURANCE 1.75% $ 17.50 MARGIN & OVERHEAD @ 8.50% $ 86.49 TOTAL CHANGE ORDER COST $ I 1,103.99 TOTAL INCREASE IN CONTRACT TIME (WORK DAYS)... 0 days Approval: date 0-tt-t-4-t- /0 "iX653' AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & SWIFT BUILDERS LLC CLERK & RECORDER BUILDING REMODEL THIS AGREEMENT is made and entered into this 18th day of May , 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Swift Builders LLC. whose address is 2000 S College Ave. Suite 310 Fort Collins, CO 80525, hereinafter referred to as "Contractor". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000111". 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 Gan 5end' ©6706 20 ,go& 0022 described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $1,998,944.00, 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: Swift Builders LLC. Attn: Derek Cohen Address: 2000 S. College Ave. Suite 310 Address: Fort Collins, CO 80525 E-mail: derekc(a swiftbuildersllc.com Telephone: (970) 825-9300 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttaylor@weldgov.com Facsimile: 970.304.6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. v ITNESS WHEREOF, the parties hereto have signed this Agreement this 0 day of , 202O. CONTRACTOR: Swift Builders, LLC. By: Name: Derek Cohen Title: LLC Member Date 05/18/2020 WELD COUNTed rd -� ATTEST: vv K� BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BydttrdiA iiciakto)cic Deputy Clerk to the Board Mike Freeman, Chair JUN 0 8 2020 oZo,Zo - 10274 REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: APRIL 1, 2020 Exhibit A BID NUMBER: B2000111 DESCRIPTION: CLERK & RECORDER - BUILDING REMODEL MANDATORY PRE -BID CONFERENCE DATE: APRIL 15, 2020 BID OPENING DATE: APRIL 29, 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: CLERK & RECORDER - BUILDING REMODEL A nnandatorypreµbid conference will be held at 10:00 AM, on April 15, 2020 at 1250 H Street, Greeley, CO 80631 to respond to written and oral questions and to provide any needed additional instruction to Architectural, Engineering and General Contracting firms on the submission of bids. We will be adhering to current state social distancing guidelines. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on April 29, 2020 (Weld County Purchasing Time Clock). **PLEASE NOM: Due to the recent eve << is surrouma County Government Io b es are now closed to the pu Pfor c+onfe -�en e call, See p eg e 13 for conference erenEce cal the C orr jnavkus (C0VO49) pandemk, d emk, the Weld �� f b:Lc therefore, t� E,�� 6 t p�effl q ���ill1 e: e d da a w tic, r CVN.iYW.[C !i\n+R. "AV c 'if o '.\ � � v au+�na �n.ubrw\w+�xW�.� ?vYJsitr. ivy ormation.** PAGES 1 -- 10 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1-10 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 10. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.corni. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County - 1 meftrac(: 1. Email. Due to the Coronavirus (COVID19), emailed bids are required. Bids may be emailed to bids@weldgov..com; however, if your bid exceeds 25MB please upload your bid to httls://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. INSTRUCTfON TO °0DD RS: O TRODUC 1 ORY 0NFORMA rDON Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. L _ ach bid must give the full business address of bidder ard be signed by him with his usual signature. rids 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 alsbe typed or printed below the signature. A bid by a person who affixes to his signature the word "president,°' "secretary," "agent," or other tide without disclosing his principal, may b held to the bid of the individual signing. When reques,ied by the Weld County Controller/Purchasing Direct.r, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence n the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall rot be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the VVeild County Purchasing Department on or prior to the time indicated in Section 1., entitled, „Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. In acc.rdance with Section 14=9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cascAs where said bids are competitive in price and quality. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performancn of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will co istitute an incontrovertible representation by the Bidder that he has complied with every reqL irement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective idder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Controller/purchasing Director, no interpretation Addenda will be issued within the lass seven (7) days before the date set for opring of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the par nership name and signed by a aartner. His title must appear under his signature and the official address of the partnership must be shown below the signature. Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporat' address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of Anyone not otherwise authorized to bind the Bidder. B2000111 2 Xni OleLVIlan am, kleg, Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director may at her sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to tie lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed ay the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. in submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Propose 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 C unty may require a separate contract, which if required, has been made a part of this RFPO 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment and in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. 6. INDIRECT COSTS Governmental Fees: The cost of all construction licenses, building and other permits, and governmental inspections required byincluded authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by the County, shall be in the Bid price. Royalties: alties: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated in the Work shall be included in the Bid price. a B2000111 3 Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder sail include in his Bid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Bid Documents. 7. SITE CONDITIONS Familiarization with the Site: The prospective Bidder shall by carful examination, satisfy himself of the following: Nature and location of the site where the Work is to be performed. Character, quality, and quantity of surface and subsurface materials, water, structures and utilities to be encountered. Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Conditions for provisions concerning access to the site during performance of the Work. The Bidder shall carefully review the locations of the site where the work is to be performed. The Bidder shall make all arrangements, as deemed nec ssary, for access to property outside of County Right of Way, prior to beginning the work. 8. SUCCESSFUL BIDDER HIRING PRACTICES — ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Coll rado 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 this Agreement. Successful bidder shall not use E -Verify Program or State of Colorado program procedures to undertake pr = -empil yment screening or job applicants while this Agrerment 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=` 02(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 cornply with all of the other requirements of ,he 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. ) B2000111 4 Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5- 103(4), if such individual applies for public benefits provided under the contract If Successful bidder operates as a sole proprietor, it herelby 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) s.iall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose 'being appropriated, budgeted and otherwise made available. ty 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 tp 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 Clorado Open Records Act (CORA), with regard to public recrds, 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, nd confidential commercial, financial, geological, or geophysical data). If Weld County receives a CRA request for bid information marked "CONFIDENTIAL", staff will reviw the confidential materials to determine whether any of them may be withheld from disclosure pursuant to C•RA, and disclose those portions staff oeterrnines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body .f 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 interpre -1d as a waiver, express or implied, of any of the immunities, rights, benefits, protections r other provisions, of the Colorado Governmental Immunity Ac: §§24-104101 et seq., as applicable now or hereafter amended. D. (Independent Contractor: The successful bidder shall perform its duties hereunder as an independent con tractor and not as an employee. He or she shall be solely responsible f r i:s acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or e mployee thereof shall be dh erred to be an agent or employee of Weld County. The successful bidder and its e mployees and agents are not entled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such cverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will bi-: available to the successful bidder and its empl;yer-1s 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 bindWeld 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 unemplymei,nt compensation insurance matters: (a) provide and keep in force workers' compensation and u nemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when reques,ed to do so by Weld County. E. Copliance 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. 82000111 5 F. Ch&® 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 .r incorporated herein by reference which conflicts with said laws, rules and/r regulations shall be null and void. C. No 'card -Party kienefi©ory Mforcement: It is expressly understood and agreed that the enforcement of the terms and conditions o -c th 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 unthrsigned patties receiving services or benefits under the contract shall br an incidental beneficiary on y. H. Attorneys Feed/ egal Costs: In the event of a dispute between Welc 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 ees and/or legal costs incurred by or on behalf of the successful bidder. Disadvantaged 3usiness Ftterprises: Weld County assures that disadvantaged business enterprises will be affo-ded gull opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, clor, national origin, sex, age, or disability in consideration for an award. J. ProcuTemen2 and Performance: —he successful bidder agrees to procure the mrtelals, equipment and/or products necessary for the project and agrees to diliglnly provide all services, labor, personnel and materials necessary to perform and complete the prroj-ct. The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence rind judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful bidder shall further be responsible for the timely cmpletion, and acknowledges that a failure to comply with the standards and requirements outlined in the aid within the dime limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. and `Terra: The term of this Agreement begins upon the date of the execution of this Agreement by County, shall continue through and until successful bidder's completion of the responsibilities described in the L. Teri ricatkpn: 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 up.,n a material breach of the tens of the Agreement M. i3,Ktension or Modoficatoon: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services .r work performed by the successful bidder shall be the bases 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, snail be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict acccrdnce with this Agreement, II he successful bidder's rights with respect to such additional services shall be deemed waived and such failure shall result in ron-payment for such additional services or work performed N. Subic•ntractors: The successful bidder acknowledges that County has entered into this greement 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 prim written corsent, which may be withhe4d in County's sole discretion. County shah have the right in its reasonable discre' in t• approve all personnel assigned to the suoject 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, Is be bound to the successful bidder by the terms of this Agreement, and to assume toward the successfu8 bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumits toward County. County shall have the right (but not the obligation) to enforce the provisions of this B2000111 6 Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be raisponsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty, Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. P. Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the 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. S. Employee Financial Interest/Conflict of Interest - C.R.S. §§24-18-201 et seq. and §2L'-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. Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon Wage Rates. V. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. W. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the B2000111 7 Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 10, INSURANCE RECUREfrhl NTs General Requirements: successful bidders/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Bst Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the successful bidder/Contract Professional. Successful bider/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self=insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the successful bidder from liabilities that might arise out of the performance of the work under this Contract by the successful bidder, its agents, representatives, employees, or subcntractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recvered under workers° compensation law or arising out of the failure of the successful bidder to conform to any statutes, ordinances, regulation, law or court decree. The successful bidder shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its 'allure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. fit is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs when!! this contract of indemnity applies. In consideration of the award of this contract, the successful bidder 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 successful bidder for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. B2000111 8 Types of Insurance: The successful bidder/Contract Professional shall obtain, and maintain at all times during term of any Agreement, insurance in the following kinds and amounts: he Workers' Compensation Insurance as required by state statute, and Employer's Liei bility I nsurancr covering all of the successful bidder's Contract Professional's employees acting within the course and scope of their employment. Policy shell contain «1 waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND whrin such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Mini urn imits: Coverage A (Workers' Compensation) Coverage B (frmployers Liability) $ Statutory 500,000 500,000 500,000 Commercial General Liabi y Qrstwance written on ISO occurrence form CG 00 01 10/03 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated c nstructi )n projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured owners, lessees sr successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to inclLde the following additional insured language on the additional insured endrsements specified above: " ,'Feld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out sf the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows: $` ,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $500,000 errors and omissions. $5,000 Medical payments one person Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made p licy, the retroactive dente must be .n or before the contract date or the first d ;te when any goods or services were provided to County, whichever is earlier. • Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or ooher proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, po3lution legal liability, liquor liability, and inland marine, Successful bidder/Contract Prsfessisnal's insurer shall name County as an additional insured. B2000111 9 Waiver of Subrogation: For all coverages, successful bidder/Contract Professional's insurer shall waive subrogation rights4gainst County. Subcontractors: AID subcontractors, sL bcntractors, independent contractors, sub -vendors, suppliers .r other entitir�s providing goods or services required by this Agreement sail be subject to all of the requir ments herein and shall procure and maintain the same coverages required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub= vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. A provider of Frofessi nal Se vices (as defined in the col or FP) shall provide the folio wing coverage: Professional Liability: Contract Professional shall maintain limits of $1 ,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors a-nd/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract. Successful Bidders PoOlution Liability: Weld Cunty requires this coverage whenever \,AY ork at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Covrage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, th successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of thri e (3) years beginning from the time that work under this contract is completed. Me policy shall be endorsed to include the foil wing as Additional Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, succssors, or assigns, its elected officials, truste`s, employees, agents, and volunteers named as an addition insured with respect to liability and defense of suits fling out of the activities performed by, or on beh.:lf of the Successful bidder, including completed operations". Minimum Urnks 41 Per Loss $ 1,000,000 ggregate $ 1,000,000 The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. B2000111 10 SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Clerk and Recorder Building Remodel This is a request for bid to selectively demolish and reconfigure the interior partitions and office space for the new Clerk and Recorder's office. The address for this remodel is 1250 H Street, Greeley, CO. SCOPE OF WORK: 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, glazing, aluminum storefront, flooring, ceilings, lighting, electrical, mechanical and plumbing systems. (Sec Attached Construction Documents) 2. New carpet and rubber wall base at carpeted areas is furnished & installed by Owner. All other flooring and base are by contractor as noted in the drawings. 3. The existing fire alarm and sprinkler systems will need to be modified by a State authorized design/build contractor. All fees for design and permits associated with this are responsibility of bidder. 4. Contractor shall develop a construction schedule highlighting milestones and activities. 5. This project also involves exterior demolition of buildings and infrastructure as well as minor changes to the exterior fa�ade of the building. 6. HVAC controls shall be Delta Controls by Set Point or Metasys by Johnson Controls. No other control systems will be accepted. All HVAC equipment shall be capable of being monitored and controlled remotely with the following control points. VIED 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 B2000111 11 VAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. FPBVAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan On Fan Off FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On. Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off 7. Project will be permitted through Weld County. Fees for building permits will be waived. 8. Davis -Bacon and Buy American requirements are NOT required. 9. No bid bond is required for this project. 10. Bids over $50,000 will require a payment (100%) and perfoi nnance (100%) bond. 11. All trash and debris to be properly disposed of offsite. 12. Weld County is a tax-exempt entity. 13. Contractor will be required to enter into a contract for this service. 14. The completion date for this project is December 31, 2020. B2000111 12 SCHEDULE: The following is a listing of dates for this project: Date of this Bid Advertisement Date Pre -Bid Conference Bids Are Due Contract Award Notice Construction Start Project Completion FEES: Provide the costs to complete this project. April 1, 2020 April 1, 2020 April 15, 2020 April 29, 2020 May 18, 2020 Immediately upon receipt of signed contract December 31, 2020 TOTAL Please note that due to the Coronavirrus ( OV!D-19) pandemic, the weld. County Government lobbies are now closed to the -Jubilee Many of us are now teleworkir g or may be req i red to in t-ie very near future. With that said, the following changes have been made to our current bird process untifl 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(ce,weldgov.com. If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.corni. The maximum file size to upload to Bidnet is 500 MB. PDF format is required. A andatory pre -bid conference will be held on April 15# 2020 at 10:00 AEI at 1250 H Street, Greeley, CO, 80631. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than April 29 2020! at 1, 0,0 M, (WELD COUNTY PURCHASING TIME CLOCK), amm OPEN: N G:.APRIL. 29,1;r3)0 ` - 1 MI0AN1 - V1A A SKYPE CONFERENCE CALL, To join call: PHONE NUMBER: i (720) 439-5261 CONFERENCE ID: 1i37581837 58 8 y7 B2000111 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B20001110 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS 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. DO NOT NEED TO SEND BACK PAGES 1 -- 10; ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director B2000111 14 Clerk and Recorder Building Remodel B2000111 Questions & Answers — Posted 04/23/2020 1. Question: Specs for Sealed Concrete? Answer: Provide a silane / siloxane penetrating floor sealer. 2. Question: Specs for Toilet Partitions? Answer: Toilet partitions shall be powder coated steel. Color TBD from manufacturers standard colors. 3. Question: On Specialties the GC will need to provide: mirrors, grab bars & toilet seat covers? Answer: Yes. Toilet seat cover dispensers will not be required, 4. Question: Specs on ACT say 2x4 Armstrong. What is the grid? Do you want square edge Class A tile? Answer: Grid shall be standard ceiling grid, Donn DX or equivalent. Tiles shall standard square edged class A fissured tile. 5. Question: Per A5.10 all walls are 51 (3 %" @ 16" oc w/ 5/8 gyp bd). It looks like bathroom wall is an 8". Answer: Yes, 6. Question: ID1.10, note says to install sills at all windows. Does that include windows in "future" areas? Answer: Yes. All existing exterior windows will receive a new solid surface windowsill. 7. Question: Is owner providing microwaves? Answer Yes. S. Question: Clarify the toilet room counter supports: ware they in -wall or surface mounted to full wood backing? If surface mounted any specs or details? Answer: All supports will need to be concealed in the wall. 9. Question: Clarify if the toilet room counters have a backsplash? Schedule shoes a backsplash but elevations does not. Answer: Yes, they will require backsplashes. 10. Question: Please clarify Front Line Desks & Motor Vehicle Waiting 107. There is not information on the elevations, appear to show long, narrow counter tops? The elevations do not match with the countertop schedule lengths? What are the vertical pieces shown? Support legs? If so, what is the attachment method to the floor? Answer: Please see revised drawings in addenda #3. The columns are shown as 41/2" and are studs and drywall that support the header above the windows and are shown on the floor plans. At every desk there is to be a 5" pass -through gap in the glass panels that extends the full height of the window. All glass will be %2" laminated and be set in a base shoe similar to CR Laurence anodized aluminum base shoe or U -channel at top and bottom. The U -channel will stop at each opening in the glass and have an end cap installed for a finished appearance. All exposed edges of the glass will be either polished or ground so that they are not sharp. Bottom U -channel will sit on top of solid surface counter that extends out oeyond wall on customer side. Window at bookkeeping 118 to be a standard storefront frame material with a 5" gap below anc above the frame. Glass in this window can be %" tempered. 11. Question: Please confirm that all CPT -1 carpet tile and WB-1 resilient base is provided and installed by owner? Answer: All CPT -1 and WB-1 are furnished and installed by owner. All flooring types and wall base at non -carpeted areas is to be by GC. 12. Question: Who supplies and installs VCT-1? Drawings say TBD Answer: GC will provide and install VCT. Color to be selected from manufacturers standard colors. 13. Question: Who supplies and installs WB-2? Drawings say TBD Answer: GC to provide and install WB-2. Color to be selected from manufacturers standard colors. 14. Question: Do we need to provide a crack isolation underlayment under all tile? Answer: Yes. Schluter Ditra: 15. Question: Do we need to provide waterproofing and crack isolation on floor and 6" high behind base at restroom floors? Answer: Crack isolation on floors yes. Waterproofing and behind base no. 16. Question: Is data by owner or GC? Is GC responsible for conduit and pull strings? Answer: All data and phone cabling is by owner. GC to provide wall boxes and conduit to accessible location with pull strings. 17. Question: the mechanical GRD schedule (on M8.1) lists several linear slot diffusers, but I don't see any shown on the mechanical HVAC plans (pages M2.1 & M2.2). Please advise whether there are in fact linear slot diffusers, as these can potentially add to our labor cost. Answer: The diffusers listed are part of the engineers standard GRD schedule. These linear slot diffusers will not be used on this project. 18. Question: Please confirm that all third -party material testing will be contracted by the owner directly and should not be included in the General Contractor's bid. Answer: All thirc-party materials testing and inspections will be contracted and paid for by owner. GC will be responsible for scheduling and coordination with selected firm. 19. Question: Section 6 of the Request for Bids document states that all permits are to be included in the contractor's costs. Item #7 on the Bid Form document states that the permit fees will be waived. Please confirm which option is correct. Answer: Building permit fees will be waived. All fees associated with fire alarm and sprinkler systems to be paid by GC. 20. Question: Are there any liquidated damages associated with this project? If so, what is the anticipated amount? Answer: No liquidated damages. 21. Question: Will the General Contractor be required to purchase and maintain all Builders Risk Insurance? If not, please provide requirements to be provided by owner. Answer: Yes, GC will be required to purchase builders risk in the amount of the completed work. 22. Question: Is there a Hazardous Material Report available? Answer: The building has been tested for hazardous materials and none have been found. The report is posted to BidNet. 23. Question: Will the General Contractor be responsible for the floor preparation and leveling work at the carpet areas? If so, for bidding purposes, should we carry the same allowance for this work? Answer: The contractor will be responsible for major floor prep at areas where concrete has been replaced. All minor floor prep in carpeted areas will be by owners flooring contractor. 24. Question: Will the General Contractor be responsible for all payment of temporary water and electrical usage fees or will these costs remain the responsibility of the County? Answer: Contractor may use all utilities located at the site. Owner will pay for the usage. 25. Question: Is it the design intent to provide CNT-1 windowsills at all interior storefront? If so, are we to assume that storefront will be flush with the finished drywall on one side and would then only require a sill on one side of the interior storefront? Answer: Interior windows between rooms will not need to have a windowsill unless called out on the plans. All existing exterior windows will need windowsills. 26. Question: Will all exterior windows receive new CNT-1 windowsills? Answer: Yes. 27. Question: Please provide product information for VCT-1. Answer: VCT 1. will be standard commercial grade VCT. Color TBD. 28. Question: Please provide product information for TP-1. Answer: Toilet partitions to be stancaro powder coated steel partitions. Color to be determined from manufacturers standard color selections. 29. Question: Should the ceilings in the restroom (wet) areas be either a gypsum board ceiling or a vinyl ceiling tile and grid system? The drawings currently show the ceilings in this space to be a 2' x 4' acoustical ceiling tile to match the rest of the space. Answer: All ceiling tiles in restrooms shall be vinyl faced with standard ceiling grid. 30. Question: Will the residential appliances be furnished and installed by owner or contractor? Please specify what products are desired if they are to be furnished by the contractor. Answer: Appliances to be furnished and installed by owner. 31. Question: Will corner guards be desired at all interior corners? If so, are they to be stainless steel or plastic? Answer: No corner guards are included in this bid. 32. Question: Will there be any Fiber -Reinforced Panels at the drinking fountains? If so, please provide details. Answer: No fiber re -enforced panels will be required at the drinking fountains 33. Question: Will there be any semi -recessed fire extinguisher cabinets and extinguishers for this project? If so, how many and where? Answer: Yes. See addenda /*3 34. Question: Will the existing door 111 be removed and infilled with brick veneer? The exterior elevations show this door to be infilled, but the floor plan show this area to be a new vestibule (111). Please clarify. Answer: Door 111 is existing and will not be infilled. 35. Question: Per the door schedule, there are seven doors to receive card reader access. The electrical power plan shows card readers at 12 doors. How many are we to include in our scope? Is this scope to be included in the General Contractor's bid amount or will this be contracted by owner directly? Answer: Owner will provide and install card access systems on doors. Contractor will provide electric strike as called out on hardware schedule along with boxes and conduits for cable to strike and door position switch. 36. Question: Are the Open -to -Structure Ceilings anticipated to be left unfinished or painted? Answer: Open to ceiling will not need to be painted. 37. Question: Are there any fire -rated walls? If so, please indicate on the floor plan and provide details for the wall type. Answer: There are no fire rated walls. 38. Question: Please confirm that the transformer relocation will be completed by others. Answer: Contractor to coordinate the transformer move and provide all infrastructure changes necessary for the move. Excel has been notified that the move will be taking place. All Excel Energy fees will be paic y Owner. If a temporary generator is necessary, generator to be supplied and maintained by GC. 39. Question: For bidding purposes, when are we to anticipate the new transformer to be disconnected, relocated and operational? Are we to provide a temporary generator for the building during construction in case the transformer is disconnected for most of the construction? Answer: Contractor to coordinate the transformer move and provide all infrastructure changes necessary for the move. Excel has oeen notified that the move will be taking place. All Excel Energy fees will be Said by Owner. if a temporary generator is necessary, generator to be supplied and maintained by GC. 40. Question: Is there a specific or approved manufacturer that we are to use for the fire alarm system? Answer: Silent Knight or Fire Lite. 41. Question: Are we to include any low voltage wiring or devices in our bid or will this be contracted by Weld County directly? Answer: County will provide and install all data, phone and prox card systems. GC will be responsible for fire alarm and HVAC controls, and any other low voltage required. 42. Question: Are we to include any security and CATV wiring or devices in our bid or will this be contracted by Weld County directly? Answer: Owner will provide security systems and TV systems if required. 43. Question: Will any site work be included in this project, such as landscape/irrigation repairs, asphalt repairs or resealing, or site electrical replacement? Answer: Contractor to repair any damaged asphalt or concrete where generator building is removed and where canopy is constructed. 44. Question: Are we to replace the window treatments with new? If so, please provide product information and designate locations. Answer: Remove existing window treatments and dispose of, Owner will provide new if required. 45. Question: Should we include any joint sealant replacement at the exterior windows? Answer: See addenda #3. 46. Question: Should we include any dock railing repair or paint in our bid? Answer: Re -paint existing railings. 47. Question: CT -2 says detail on A5.10/8, there is no spec as to what tile is to be used here. Please advise Answer: CT -1 is the 18" X 18" tile on the floor. CT -2 is detail A5.10/8 in its entirety. 48. Question: VCT-1- Color TBD. Does this mean we are picking a standard manufacturer and color has yet to be decided, or, are we waiting for a specific manufacturer and color? Answer: We will pick a standard color. 49. Question: As far as having the 18x18 floor tile vs the 2x6 wall bullnose, there may be a slight difference in texture between the two. Answer: Yes 50. Question: Interior storefront calls out for laminated glass w/ polished edges. All edges will be concealed, and you cannot polish laminated glass, will 1/4" clear tempered be accepted? Laminated glass is not typically used for this application Answer: See answer to question #10. 51. Question: Are storefront doors to be narrow, medium or wide stile? Answer: Medium stiles. 52. Question: What is approved storefront vendor? Answer: There are no preferred storefront vendors. 53. Question: Will Manufacturer standard exit hardware be accepted vs Von Duprin 98/99? A swer: No. Provide specified Von Duprin hardware. Storefront door pairs to have concealed vertical rods on both leaves. 54. Question: Are you looking for Glazing contractor to demo existing doors? Answer: This is up to the general contractor. Owner does not care who demos the doors. 55. Question: Note on Demo plan says to keep existing jamb. We cannot warranty any used parts and retro fitting used parts may cause door to not function properly. Is this note accurate? Answer: Please provide new jambs. 56. Question: Demo existing ceilings, per A4.10 it looks that everything gets new ACT/gyp board ceiling. Is this correct? Even the areas that are "Future" get new ceiling? Answer: Yes 57. Question: Do "Future" areas get painted? Answer: Yes. 58. Question: What ACT 24"x48" Armstrong tile should be used for bidding purposes? Drawings call TBD on the finish notes. Answer: USG radar, square edge, class A or equal, 59. Question: The RFP for the Weld County Clerk and Recorder Office Building Remodel does not contain written Architectural Specifications, only plans. Will Architectural Specifications be made available? Answer: We will not be providing a written architectural specification for this project. 60. Question: Can you please provide a detail for the windowsills? Need to know thickness, does it wrap the drywall or cut straight off? Answer: Windowsills will be 12" thick with built up exposed edge to 1". Windowsill will be dogeared around sides of window 1" with an apron to conceal any gap underneath windowsill. All exposed edges will be rounded over. 61. Question: Please confirm the roofing material. Answer: Existing roofing is a metal building standing seam roof 62. Question: Once the generator enclosure is demolished, does the parking lot need to be patched with asphalt/concrete? Answer: Yes. Once GC has demoed the parking lot for the new transformer location and removed the generator building all damages will need to be patched and repaired. 63. Question: Please provide architectural specifications. A PDF file provided in the BidNet Direct documents folder is labeled "Bid Specs." However, that file contains no specifications; instead it is the Request for Bid. Answer: We will not be providing a written architectural specification for this project. 64. Question: Are any specific allowances required to be included in the bid? Answer: No. 65. Question: Are any alternates required? Answer: No. 66. Question: Please specify the expected ground surface treatment of the exterior areas where the generator building, and transformer is to be removed. Answer: All asphalt and concrete that is disturbed will need to be patched back. Where generator building is removed, asphalt will need to be placed to match existing. 67. Question: Please specify the expected ground surface treatment of the exterior area where the new Entry Canopy is to be constructed. Answer: all asphalt and concrete that is disturbed will need to be oatched back to existing condition. 68. Question: Areas of the plan labeled "Future," Rms 123 & 139, are designated as unfinished space per sheet ID1.10. Per sheet A4.10, the same area is shown receiving new ceiling grid, tile and lighting fixtures. Please clarify the level of finish expected or not expected and should we provide the new ceilings and lighting? Answer: Yes. In this space we will have walls completely finished, painted and ceilings and lights installed. 69. Question: Demo Sheet A1.00 does not specify the extent of existing carpet to be removed. Is existing carpet to remain in areas intended for future use, Rms 123 & 139? Answer: GC is to remove all carpet lrom the building. 70. Question: GWB wall demo operations will affect the outside walls of Rms 140, 141, 142 & 143, and also finishes along the exterior walls shown to remain in Future area, Rm 139. Are we to patch and paint the disturbed areas? Answer: Yes. All existing drywall in the building that is not removeo will need to be patched and repaired to match new drywall finishes and painted. 71. Question: Per A1.00, are doors, frames & hardware scheduled to be removed to be salvaged for re -use by Weld County. Answer: Owner does not want any of the doors, frames or hardware scheduled for demo. 72. Question: Per sheet A1.10, several structural columns are shown wrapped. Please provide a detail of the column wrap Answer: All columns to be wrapped with framing and drywall. It is up to the contractor to determine the best method. Columns shall be made as small as practical. 73. Question: Per sheet A1.10 several additional columns not engaged with walls are shown without wrap. Please specify the finish treatment expected or if fireproofing is required for these exposed columns. Answer: All columns to be wrapped with framing and drywall. It is up to the contractor to determine the best method. Columns shall be made as small as practical. 74. Question: Are corner guards, white boards, tack boards, fire extinguishers, fire extinguisher cabinets, signage, etc. required as part of this bid? No information given. Answer; See addenda #1 for fire extinguisher type and locations. Provide a semi recessed fire extinguisher cabinet for each location. No corner guards, white boards or tack boards are required. 75. Question: Could you please tell us what the existing Fire Alarm System is? Answer: The manufacturer is the existing system is unknown. The fire alarm system shall be new, no part of the old system is to be used. The acceptable fire alarm panels for the County are Fire Lite and Silent Knight. 76. Question: Is the Owner or the General Contractor responsible for Video/Tele/Data cabling? Answer: Owner will provide and install ail data cabling. 77. Question: Is the Owner or the General Contractor responsible for Security Systems? If so, please provide specs Answer: Owner will provide security system. 78. Question: Is the Electrical Contractor to provide the Tele/Data raceway and cable supports/tray? Answer: GC to provide boxes in walls with conduits and pull strings to accessible location. 79. Question: Is the Owner or the General Contractor responsible for video monitors? Answer: Owner will provide and install any video monitors. 80. Question: Per Sheet E300 is the following equipment; BUD Printer, Large Format Scanner, Microfiche, Lektriever and Kiosk Owner furnished, GC installed? Answer: BOG Printer, Large Format Scanner, Microfiche, Lektriever and Kiosk are owner furnished and owner installed. 81. Question: Is the GC to provide the time clock? If so, please provide specs. Answer: No. 82. Question: Is the GC to provide card readers? If so, please provide specs. Answer: No. 83. Question: Is the GC to provide conduit, wall boxes and wiring for card readers? Answer: CG will provide wall boxes for card readers with conduit anc pull string. GC will also provide conduits and boxes necessary for cabling to electric strikes and door position switches at doors with card readers. 84. Question: Is the GC to provide the door position switches and electric strikes at electronic access door locations? Answer: Yes. Provide hardware as called out on the door and hardware schedule. 85. Question: Is the existing generator scheduled to be removed to be salvaged and returned to Weld County? Answer: Generator to be removed and disposed of by GC. 86. Question: Is pollution insurance required on this job? Answer: No, 87. Question: Is there a spec book or are all specs noted on the plans? Answer: There is no spec book for this project. 88. Question: Will data and access control be by owner or GC? If by GC, is there a preferred vendor for either and will specifications be forthcoming? Answer: Data and access control to be by owner. GC to provide all boxes and conduits. 89. Question: Is current roof under warranty, and if so, with who? Answer: Roof is not under warranty. 90. Question: Who currently monitors the fire alarm and sprinkler system? Is there a required vendor for either? Answer: There are no required vendors for either system. 91. Question: Existing exterior windows to remain as is? Answer: Provide new windowsills for existing windows. Re -caulk exteriors of windows per addenda#3 92. Question: regarding storefront/glazing: Stile to be used? Hinge type? Will there be a card reader or ADA Auto opener? What glazing needs to be used? 1" O.A. Low -e, tinted? Answer: Storefront doors will be medium style with continuous hinge. Door to have an ADA operator by owner. Glass shall be insulated bronze tinted low -E. 93. Question: Regarding interior vestibule storefront glazing, Stile to be used? Hinge type? Will this need to be locked? What glazing needs to be used? Will there be a card reader or ADA Auto opener? Answer: Storefront doors will be medium style with manufactures standard hinges. Door to have an ADA operator by owner. Glass shall be insulated low -E. 94. Question: Regarding Interior Door Glazing: Glazing to be 1/4"? Fire ratings? Answer: Interior door glazing to be %", tempered as required. 95. Question: Exterior Door Glazing Thickness? Answer: 1" insulated glass. 96. Question: Sheet ID1.10 notes that CPT -1 is by owner. Is this provided and installed by owner? Answer: Yes. 97. Question: Sheet O1.10 notes that wall base WB-2 is TBD. Are we to assume this product is going to be rubber base? Answer: Yes. Color TBD after VCT is selected. 98. Question: Will painting of the metal parapet be on the east elevation only? Answer: Yes, metal parapet only occurs on East side of building. 99. Question: Will the canopy deck be painted or just the framing and posts? Answer: Metal deck of canopy will be pre -finished standing seam metal roof. 100. Question: Will any of the exterior brick need to be sealed with water repellant? Answer: No. 101. Question: Will any of the exposed ceilings at electrical, mechanical and boiler rooms need to be painted? Answer: No 102. Question: Will there be any interior wood trims such as chair rail, crown molding, wainscot, wood base or other? Answer: No. 103. Question: Will the relocated transformer require paint? Answer: No 104. Questions: We see that the restrooms within "Future" room 139 will not have work done. Vestibule 124 and Fire Riser 125 are within Future 123 and are not called out in the room finish schedule. Please confirm all Future rooms receive only new ACT. There is demo in the vestibule and fire riser room that raise the question of finishes in this space. Answer: All future spaces will have finished drywall painted and new ACT. Demo plans shows relocating door in riser room to new location in vestibule. This will require drywall work as well is new door, door frame and painting. 105. Question: General note on ID1.10 states that Contractor is responsible for connecting all furniture/cubicles. Is there a spec for furniture/cubicles? Answer: Furniture cubicles are to be supplied and installed by owner. Any necessary connections for these cubicles are shown on electrical drawings. 106. Question: Are the microwaves and/or ice machine provided and/or installed by contractor? If so, please provide a spec. Answer: These will all be provided and installed by owner. 107. Question: Will the slab and foundation for the generator enclosure remain in place or should we assume we haul it off and import fill? Answer: Haul it off and import fill as necessary. 108. Question: If we remove the slab and foundation for the generator enclosure, are we to then patch asphalt and stripe for parking? Answer: Yes, asphalt must be patched and repaired. 109. Question: Drwg S1.0 Coordination note b: Special inspections required to be performed by Wernsrnan Engineering. Who pays for the special inspections, Contractor, or Owner? Answer: All special inspections will be paid for by Owner. GC will be responsible for coordination and scheduling with Owners inspection firm. 110. Question: Drwg A1.00: What are the existing restroom finishes to be demolished? Floor finishes? Wall finishes? Countertops? Ceilings? Partitions? Specialties? Fixtures? Is there existing floor and wall tile to demolish? Answer: All bathroom finishes are to be removed and replaced with new. This includes all tile, ceilings, countertops, partitions and fixtures as shown on drawings. 111. Question: Drwg A1.00: Dispose generator or turn over to Owner? Answer: Dispose of generator and generator enclosure building. 112. Question: Drwg A1.00: How far away from existing location should the transformer be moved? Answer: Approximate location is shown on electrical drawings. 113. Question: We understand the roof to be metal. Please confirm. Answer: Yes 114. Question: What is the roof structure? What is the building structure? Answer: Existing building and roof structure are a pre-engineered metal building,. 115. Question: We believe it is the project intent to demolish the existing grid ceiling throughout and replace with new. Please confirm. Answer: Yes. 116. Question: Drwg ID1.10 Rm 153 Breakroom: What floor finish is required? Answer: Room finish schedule shows Breakroom 153 as VCT-1. 117. Question: We do not find a drawing indicating existing HVAC ductwork to be demolished. Please provide. Answer: There is no existing duct work drawing. All existing ductwork above ceiling is to be removed and disposed of. 118. Question: Drwg A5.10 Wall types. The sheet says "All new walls go to bottom of roof deck," but, the drawing seems to indicate that the wall stops at bottom of steel structure. Please clarify. Answer: Walls do not need to extend to bottom of roof deck. 119. Question: Drwg A5.10: We believe it is the project intent that 20 gauge steel studs are required for the typical wall, and the plumbing wall. Please confirm. Answer: 20 gauge is correct. 120. Question: We believe it Is the project intent that Level 4 GWB finish is required. Please confirm. Answer: Yes, a level 4 Finish is acceptable. 121. Question: We believe it is the design intent to demolish and dispose all existing light fixtures. Please advise. Answer: See ED300 note #1 122. Question: What year was the building built? Answer: Unknown. We assume around 2000. 123. Question: Is there an existing asbestos survey of the building? If so, please provide it. Answer: Building has been tested for asbestos and none is present. 124. Question: If there is not asbestos report will the Owner perform asbestos sampling and analysis, or shall the contractor include a budget number of $1500 in the bid? Answer: Report will be posted. 125. Question: Same questions as above for lead paint. Answer: Building has not been tested for lead paint. 126. Question: Who obtains the permit, Owner or Contractor? Answer: Owner will provide permit. 127. Question: Is professional liability insurance required? Answer: No. 128. Question: Is pollution liability insurance required? Answer: No. 129. Question: Is modifying/upgrading the fire alarm system ins scope? Answer: See general construction note 31 on page E001. 130. Question: Is there a fire alarm service provider for the existing system? Answer: No. 131. Question: What fire alarm contractor installed the existing fire alarm system? Answer: Unknown. 132. Question: Regarding the current COVID19 situation: Is it Weld County's position that this project should be bid as though it were an unconstrained environment, with reasonable discussions/adjustments to be made after award or during the project; or shall the bidders be required to account for COVID19 related eventualities in their bid? If the latter, please provide a "baseline" list of eventualities so that all bidders are on the same level (i.e. GC #1 is covering 5 issues while GC #2 is covering 15 issues)." Answer: All current mandates must be met.. 133. Question: Please clarify what the existing flooring is in the existing Break Room. Answer: Existing flooring is a sheet flooring with heat welded seams. 134. Question: Note S referring to the First Floor Mechanical Piping Plan on sheet M3.1 calls for a pressure sensor for variable speed pump control without a specification provided. Answer: Hydronic pressure sensors shall be electronic with a 4-20 mA output signal compatible with the DDC. Wetted parts shall be stainless steel and unit shall be designed to operate within the pressure ranges involved with maximum operating pressure rating at least 150% of normal operating pressure. 135. Question: The HWS temperature sensor indicated in Boiler Room Isometric 1 & 2 on sheet M8.4 does not include a specification. Answer: Hydronic temperature sensors shall be 20k ohm thermistor type with an accuracy of at least +1- 0.5 degrees F and a range of -5 degrees F to 250 degrees F. Hydronic temperature sensors shall be compatible with boiler controls and DDC. Thermal wells shalt be included, and sensors installed with heat conductive gel. 136. Question: Can you please tell us what piping material will be used for the hydronic piping? Answer: See addenda #1 137. Question: Also, what percentage of glycol will need to be added to hydronic system? Answer: No glycol will be required. 138. Question: Is carpet the only item by owner? Are commercial appliances by owner? Are frontline desks, frontline desk casework, frontline desk countertops, etc. by owner? If any of these items are not by owner, what are the specs? Answer: All of these items are furnished and installed by owner. Exhibit B SPECIFICATIONS AND/OR SCOPE OF WORK AND PROPOSED PRICING: Weld County Clerk and Recorder Building Remodel This is a request for bid to selectively demolish and reconfigure the interior partitions and office space for the new Clerk and Recorder's office. The address for this remodel is 1250 H Street, Greeley, CO. SCOPE OF WORK: 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, glazing, aluminum storefront, flooring, ceilings, lighting, electrical, mechanical and plumbing systems. (See Attached Construction Documents) 2. New carpet and rubber wall base at carpeted areas is furnished & installed by Owner. All other flooring and base are by contractor as noted in the drawings. 3. The existing fire alarm and sprinkler systems will need to be modified by a State authorized design/build contractor. All fees for design and permits associated with this are responsibility of bidder. 4. Contractor shall develop a construction schedule highlighting milestones and activities. 5. This project also involves exterior demolition of buildings and infrastructure as well as minor changes to the exterior facade of the building. 6. HVAC controls shall be Delta Controls by Set Point or Metasys by Johnson Controls. No other control systems will be accepted. All HVAC equipment shall be capable of being monitored and controlled remotely with the following control points. 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 B2000111 11 VAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. FPBVAV Reheat Hot Water Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Reheat Valve 0% to 100% Reheat Valve Status Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan On Fan Off FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off 7. Project will be permitted through Weld County. Fees for building permits will be waived. 8. Davis -Bacon and Buy American requirements are NOT required. 9. No bid bond is required for this project. 10. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 11. All trash and debris to be properly disposed of offsite. 12. Weld County is a tax-exempt entity. 13. Contractor will be required to enter into a contract for this service. 14. The completion date for this project is December 31, 2020. B2000111 12 SCHEDULE: The following is a listing of dates for this project: Date of this Bid Advertisement Date Pre -Bid Conference Bids Are Due Contract Award Notice Construction Start Project Completion FEES: Provide the costs to complete this project. April 1, 2020 April 1, 2020 April 15, 2020 April 29, 2020 May 18, 2020 Immediately upon receipt of signed contract December 31, 2020 TOTAL $ 1,998,944.00 Please note that due to the Coronavirus (COVED -19) pandemic, the Weld County Government lobbies are now closed to the public. Many of us are now teleworking or may be required to in the very near future. With that said, the following changes have been made to our current bid process until future notice: 1. No hard copies of bids will be accepted. 2. If multiple copies of the bid were requested per the original bid specifications, please disregard. Only one electronic copy is needed. 3. Email bids to bids()a weldaov.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. PDF format is required. A mandatory pre -bid conference will be held on April 15, 2020 at 10:00 AM at 1250 H Street, Greeley, CO, 80631. We will be adhering to current state social distancing guidelines. Bids will be received up to, but not later than April 29, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). B11) OPENING: APRIL 29, 2020 !c% 10:00AM — YEA A SKYPE CONFERENCE CALL To join call: PHONE NUMBER: 1 (720) 439-5261 CONFERENCE ID: 137581837 B2000111 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B2000111. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Swift Builders, LLC BY Derek Cohen & Evan Swift (Please print) BUSINESS ADDRESS 2000 S. College Ave, Suite 310 DATE 04/29/2020 CITY, STATE, ZIP CODE Fort Collins, CO 80525 TELEPHONE NO 970-682-4230 SIGNATURE FAX n/a TAX ID # 61-1777918 E-MAIL derekc@swiftbuilderslIc.com **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 -10. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director B2000111 14 Form W-9 (Rev, August 2013) Department of the Treasury internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. a g0 Name (as shown on your income tax return) 5141 FT jgvfl.t0ER5, Business name/dsregsrded entity name, it different from above Check appropriate box for federal tax classification: ❑ Individual/sole proprietor ❑ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate .Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P.partnership) ► P ❑ Other (see Instructions) ► Exemptions (see instructions): Exempt payee code (if any) Exemption from FATCA reporting code ff any) Address (number, street, and apt. or suite no.) 2000 5 . Cv14>w.E6c. Area Sore. 3) 0 City, state, and ZIP code Foar S, GO Ws ZS List account number(s) here (optional) Requester's name and address (optional) Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line to avoid backup withholding. For Individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, It is your employer identification number (EIN). If you do not have a number, see How to get s TIN on page 3. Note. If the account is In more then one name, see the chart on page 4 for guidelines on whose number to enter. Soda security number Employer Identification number 1 '7 9 Part II 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 em 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 f notified by the IRS that you are currently subject to backup withholding For real estate transactions, Item 2 does not apply. For mortgage debt, contributions to an Individual retirement arrangement (IRA), and sign the certification, but you must provide your correct TIN. See the Certification Instructions. You must cross out item 2 above if you have been because you have failed to report all interest and dividends on your tax return. Interest paid, acquisition or abandonment of secured property, cancellation of generally, payments other than Interest and dividends, you are not required to instructions on page 3 Sign Here rom FATCA reporting is correct. Signature of U.S. parson ► / n3 General Instruct Section references are to the internal Revenue Code unless otherwise noted. Future developments. The IRS has created a cage on IRS.gov for information about Form W9, at www.hs.gov/w9. Information about any future developments affecting torm W9 (aeon as legislation enacted after we release 'I) will be posted on that page. Purpose of Form A person who is required to file an'nlormatbn return with the IRS must obtain your correct taxpayer :dentt4Ication numoer (TIN) to report. for example, income paid to you, payments made to you in settlement of payment card and third party network transactions, real estate transactions, mortgage interest you pad, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W9 only if you are a U.S. person (Including a resident alien), to provide your correct TIN to the person requesting it (the req,.este) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are wailing for a number to be issued), 2. Certify that you are not sub)act to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If appacable, you are also any partnership income from certifying trade or business Is not that as U.S. person, Your allocable share of subject to tt Date ► 02) 2 2 - withholding tax on foreign partners' share of effectively connected income, and 4. Certify that FATCA code(s) entered an this form (If any) indicating that you are exempt from the FATCA reporting, a correct. Note, tf you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if It Is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, ix association created or organized in the United States or under the laws of the United States. • An estate (other than a foreign estate), or • A domestic trust lac defined in Regulations section 301.7701-7). Spaniel rules for partnerships. Petnerat:ips that conduct a trade or business in the United States era generally required to pay a withholding tax under section 1446 on any foreign partners' snare of effectively connected taxable income from such Wetness. Further, in eertarn cases where a Form W-9 etas not been received, the wan under section 1446 require a partneret+io to presume that a partner is a foreign person, and pay the section 1446 withholding lax. Therefore, if you ere a U.S. person that b a partner in a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid section 1446 withholding on your share of partnership Income. Cat. No. 10231X Form W-9 (Rev. 8-2013) ADDENDUM#1 BID REQUEST NO. B2000111 CLERK & RECORDER -BUILDING REMODEL BID Buildings & Grounds Dept. The following is required: The General Contractor is required to have Builder's Risk insurance for this project. * * * We need signed copy on file. Thank You!*** Addendum received by: April 21, 2020 Swift Builders, LLC FIRM 2000 S. College Ave, Suite 310 ADDRESS Fort Collins, CO 80525 CITY AND STATE ga:kkn BY derekc@swiftbuildersllc.com EMAIL ADDRESS ADDENDUM#2 BID REQUEST NO. B2000111 CLERK & RECORDER -BUILDING REMODEL BID Buildings & Grounds Dept. Please amend the following: The General Contractor is NOT required to carry pollution liability insurance on this project. ***We need signed copy on file. Thank You!*** Addendum received by: April 22, 2020 Swift Builders, LLC FIRM 2000 S. College Ave, Suite 310 ADDRESS Fort Collins, CO 80525 CITY AND STATE Wfrvn BY derekc@swiftbuilderslIc.com EMAIL ADDENDUM#3 BID REQUEST NO. B2000111 Weld County Clerk and Recorder Building Renovation Buildings & Grounds Department BID SPECIFICATIONS / PLANS CHANGES: 1) Architectural drawings: Delete current sheets A1.10, A2.20 and ID1.10 Replace with revised sheets A1.10, A1.13, A2.20 and ID1.10. 2) Electrical drawings page E300. Delete flag note 8 and replace with new flag note 8. Flag note 8 should read: Provide one dedicated 1 1/2" conduit, and one dedicated 1" conduit from electrical equipment & IT room 115 as well as electrical conduits to each motor vehicle front line station. Each data conduit shall terminate into its own single gang outlet box. There is no access into this wall from the ceiling above. All conduits shall be routed under the slab and be buried a minimum of 6" below bottom of concrete. Coordinate with County representative and general contractor for saw cut locations. 3) Current plans do not call for caulking of exterior windows. Add note to General notes on page A1.10: All exterior window caulking to be removed and windows to be re -caulked with exterior grade polyurethane caulking. Color to match existing window frames. 4) Mechanical drawings page MP0.1. Delete General HVAC Notes, note 14 and replace with new note 14. General HVAC note 14 on page MP.01 shall read: HYDRONIC (HEATING WATER) PIPING 2" AND SMALLER SHALL BE HARD DRAWN TYPE L COPPER PIPE WITH WROT COPPER FITTINGS. JOINTS SHALL BE SOLDER TYPE (WITH 95/5 NO LEAD SOLDER) OR PRESS TYPE, AT CONTRACTOR OPTION. PIPING 2.5" AND LARGER SHALL BE SCHEDULE 40 BLACK STEEL WITH GROOVED VICTAULIC FITTINGS. 5) Demo plan A1.00 states that existing storefront door jambs are to be kept and re -used with new doors. Remove keep existing jamb note on page A1.00 and replace it with remove existing jambs and provide new jambs. Bids for the above stated merchandise, equipment, and/or services will be received until 10:00 AM on April 21, 2020 (Weld County Purchasing Time Clock). **PLEASE NOTE: Due to the recent events surrounding the Coronavirus (COVID-19) pandemic, the Weld County Government lobbies are now closed to the public.** BID OPENING: The bid opening will remain as a Skype conference call as identified on Page 13 (directions for Skype calling). ***We need sinned copy on file. Thank your** Addendum received by: Swift Builders, LLC FIRM 2000 S. College Ave, Suite 310 ADDRESS Fort Collins, CO 80525 CITY AND STATE BY derekc@swiftbuildersllc.com EMAIL April 23, 2020 Swift Builders, LLC Weld County Clerk & Recorder 1250 H Street Greeley, CO List of Proposed Subcontractors Item Subcontractor Steel Distinctive Welding Countertops Fleetwood Designs Roofing Tico's Roofing Door and Hardware Collins Door and Hardware Storefront Commercial Glass Framing and Drywall MS Drywall Floor Covering Advanced Interiors Acoustical Ceiling Accurate Acoustics Painting Specialties Fire Protection Plumbing HVAC Electrical Structure Coatings Dynamic Specialties Diamond Fire Protection Corman Mechanical Air Comfort Winterhawk Electric Address 700 West Witlox Lane, Fort Collins, CO 80524 34626 CR 51, Eaton, CO 80615 201 Commerce Dr, Unit 4, Fort Collins, CO 80524 394 Delozier Drive, Fort Collins, CO 80524 5739 Boeing Drive, Loveland, CO 80538 11451 Jersey Lane, Thornton, CO 80233 7287 Greenridge Rd, Unit 1, Windsor, CO 80550 7200 Lakeview Ct, Windsor, CO 80550 PO Box 164, Johnstown, CO PO Box 3118, Loveland, CO 80539 3360 S. Platte Rive Dr, Unit 101, Englewood, CO 80110 1040 36th Street, Evans, CO 80620 150 Rome Court, Fort Collins, CO 80524 2601 S Lemay Ave, Suite 7-431, Fort Collins, CO 80525 Contact Name Phone Number Corey McCormick 970.482.2224 Doug Joseph 970.290.7523 Nash Ortiz 970.566.1884 Kelly Heath 970.221.2396 Brandon Montross 970.203.9232 Kevin McDonald 303.204.7106 Tim Greene 970.833.5155 Larry Weyrich 970.227.5354 Brittany Wagner 970.347.0519 Natelya Mezentseva 970.663.0377 Melissa Swapp 303.762.7570 Brock 970.330.2216 Matt Bausch 970.490.1458 Alan Lowther 720.382.6341 �® `` /``....^^'/// CERTIFICATE OF LIABILITY INSURANCE A44.....----- DATE(MMIDDIYYYY) 05/18/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Brown & Brown of Colorado, Inc. 4532 Boardwalk Dr., Suite 200 Fort Collins CO 80525 CONTACT Bradley Stubblefield NAME: PHONE (970) 482-7747 i FAX (970) 484-4165 (A/C, No, Ext): (A/C, No): E-MAIL ADDRESS: certificates@bbcolorado.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : CM Vantage Specialty Insurance Company INSURED Swift Builders LLC P. O. Box 272430 Fort Collins CO 80527 INSURER B : Westfield Insurance Company 24112 INSURER C : Pinnacol Assurance 41190 INSURER D : INSURER E : INSURER F : CERTIFICATE NUMBER: 19/20 master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CMBPLI001516401 09/01/2019 09/01/2020 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) 300,000 $ CLAIMS -MADE X OCCUR MED EXP (Any one person) $ Excluded PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATE P POLICY X OTHER: LIMIT APPLIES JECTPRO PER: LOC PRODUCTS - COMP/OPAGG $ 2,000,000 $ B AUTOMOBILE X _ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY r- _ _ SCHEDULED AUTOS NON -OWNED AUTOS ONLY CWP4909030 09/01/2019 09/01/2020 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below YIN Y N/A 4195670 09/01/2019 09/01/2020 TATUTE I I EOTH XI SPER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE- EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1 000, 000 $ , B Leased/Rented Equipment CWP4909030 09/01/2019 09/01/2020 Limit Deductible 35,000 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Additional insured and waiver of subrogation apply if required by written contract per forms and conditions on page 2. CERTIFICATE HOLDER CANCELLATION Weld County Buildings & Grounds 1105 H Street Greeley CO 80631 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 00313440 LOC #: ACS ADDITIONAL REMARKS SCHEDULE Page of AGENCY Brown & Brown of Colorado, Inc. NAMED INSURED Swift Builders LLC POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance: Notes If required by written contract, the following blanket endorsements apply: General Liability: CG2010 (04/13) -Additinoal Insured Ongoing Operations CG2037 (04/13) -Additional Insured Completed Operations PLI5240 (06/16) -Additional Insured Primary and Noncontributory CG2404 (05/09) - Waiver of Transfer of Rights of Recovery Against Others Auto Liability: CA7078 (10/13) -Additional Insured by Contract, Agreement or Permit CA0444 (10/13) - Waiver of Transfer of Rights of Recovery Against Others ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Name* SWIFT BUILDERS LLC Contract Name CLERK & RECORDER REMODEL Contract Status CTB REVIEW Contract Description* 1250 - CLERK & RECORDER REMODEL Contract Description 2 Contract Type CONTRACT Amount* $1,995944.00 Renewable* NO Automatic Renewal Grant Entity ID* @00040607 Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@vveldgovco m Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL Cruinty Attorney Email CM- COUNTYATTORNEY@WELD GOV.COM ❑ New Entity? 3659 Contract Lead* SGEESAMAN Contract Lead Email sgeesamant co.weld.ca.us Requested BOCC Agenda Date* 05/27/2020 Parent Contract ID Requires Board Approval YES Department Project # Due Date 05/23/2020 Will a work session with BOCC be required? NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA. enter NSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Effective Date Termination Notice Period Review Date* 12/31/2020 Renewal Date Committed Delivery Date Expiration Date* 12/31+2020 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR OH Approved Date 06/01/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06/08/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 06/0212020 Tyler Ref it AG 060820 Legal Counsel BOB CHOATE Legal Counsel Approved Date 06/04/2020 Submit DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 5, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Clerk & Recorder - Building Remodel - #62000111 As advertised, this bid is to renovate 1250 H Street for the new Clerk and Recorders Office. The low bid from Swift Builders LLC. meets specifications. Therefore, Buildings & Grounds is recommending awarding to Swift Builders LLC. in the amount of $1,998,944.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director O5/ 2� 7y 6&oo, g WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(a�weldgov.com E-mail: reverett(c�weldgov.com E-mail: rturf(c�weldoov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: APRIL 29, 2020 REQUEST FOR: CLERK & RECORDER BUILDING REMODEL DEPARTMENT: BUILDINGS & GROUNDS BID NO: #82000111 PRESENT DATE: MAY 4, 2020 APPROVAL DATE: MAY 18, 2020 VENDOR TOTAL SWIFT BUILDERS, LLC 2000 S COLLEGE AVE, STE 310 FORT COLLINS, CO 80525 ELDER CONSTRUCTION, INC 7380 GREENDALE RD, STE A WINDSOR, CO 80550 AMERICAN CONSTRUCTION SERVICES, LLC 1905 W 8TH ST, STE 215 LOVELAND, CO 80537 DOHN CONSTRUCTION, INC 2642 MIDPOINT DR FORT COLLINS, CO 80525 RHINOTRAX CONSTRUCTION 1035 COFFMAN ST LONGMONT, CO 80501 GROWLING BEAR CO INC 2330 4TH AVE GREELEY, CO 80631 MCCAULEY CONSTRUCTORS 650 INNOVATION CIRCLE WINDSOR, CO 80550 ROCHE CONSTRUCTORS, INC 361 71ST AVE GREELEY, CO 80634 $1,998,944.00 $1,999,937.00 $2,016,130.00 $2,050,744.00 $2,113,610.00 $2,147,704.00 $2,148,300.00 $2,148,700.00 2020-1274 ©s fa, -1 PAGE 2 REQUEST FOR: CLERK & RECORDER BUILDING REMODEL DEPARTMENT: BUILDINGS & GROUNDS BID NO: #62000111 VENDOR TOTAL TCC CORPORATION 609 GYRFALCON CT, UNIT D WINDSOR, CO 80550 SUN CONSTRUCTION & FACILITY SERVICES, INC 1232 BOSTON AVE LONGMONT, CO 80501 SAGE DESIGN BUILD LLC 4811 LONETREE DR LOVELAND, CO 80537 AMERICAN CONTRACTING, LLC 3131 S COLLEGE AVE, STE B FORT COLLINS, CO 80525 I-KOTA, LLC 1719 E MULBERRY ST FORT COLLINS, CO 80524 DSRW ENTERPRISES, INC., DBA, CALAHAN CONSTRUCTION SERVICES 1661 WADSWORTH BLVD LAKEWOOD, CO 80214 NORTH STAR DESIGN -BUILD LLC 11757 W KEN CARYL AVE, STE F-310 LITTLETON, CO 80127 SCS, INC. 9455 NOBLE WAY ARVADA, CO 80007 LANDMARK BUILDERS, INC 3812 CARSON AVE EVANS, CO 80620 $2,184,000.00 $2,206,580.00 $2,255,000.00 $2,295,000.00 $2,345,234.00 $2,435,000.00 $2,547,032.00 $2,742,000.00 $3,133,011.00 THE DEPARTMENT OF BUILDINGS & GROUNDS IS REVIEWING THE BIDS.
Hello