Loading...
HomeMy WebLinkAbout20192356.tiffDEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 30, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Jail RTU Replacement — Change Order 2 (2019-2356) Weld County awarded the contract to replace Roof Top Units (RTU) and the data center air conditioner unit to Kuck Mechanical (2019-2356). During this replacement, the system that controls the pressurization components that are used for tear gas and smoke evacuation was found faulty and incompatible with new RTUs. To restore these vital operational systems a change order in the amount $7,148.84 is needed for additional parts and configurations. Therefore, Buildings and Ground is recommending approval of the attached contract amendment for Kuck Mechanical in the amount of $7,148.84 to accomplish this work If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director W-rr/s6--) t1 2556 0570H/20 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND KUCK MECHANICAL CONTRACTOR'S LLC. This Agreement Amendment ("Amendment"), made and entered into 23 day of April , 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 Kuck Mechanical Contractor's 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. 2019-2356. approved on July 31, 2019. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order #2, dated April 22, 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: Ted Goggin Printed Name Signature ATTEST: Weld ••un lerkt!r,:.' Bo r BY: Deputy Cler APPROVEDO FORM: ..ip AvS County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ddr114/0JCL� �'�` Mike Freeman, Chair MAY 0 4 2020 APPROVED AS TOBS 1ANCE: Elected Official or Department Head Kuck Mechanical Contractors 395 West 67th Street Loveland, CO 80538 Phone: 970 461-3553 Toby Taylor 1105 H Street Greeley, CO 80632 p (970) 400-2023 ttaylor@weldgov.com KUCK M&CIIANICAL CONTRACTORS LW sfrae& 0«t Exhibit: CO#2 Weld County Jail RTU Replacement Attention: Toby Taylor Project: #19057 Weld County RTU Replacement Reference: Carrier Additional Parts and Install Labor 04/22/20 Submitted Date: 04/22/20 Change Request #: PCO #2 $7,148.84 Please see our attached breakout and pricing for additional Carrier parts and labor for associated RTU's to reflect new design. Excludes: Permit, cut, patch, framing, drywall, paint, plumbing, concrete, masonry, roofing, shop drawings or coordination drawings, and exclusions in original contract. If you have any other questions, please do not hesitate to contact this office. Sincerely, Kuck Mechanical Contractors Ted Goggin, Project Manager The impact of this change includes only those items which can be identified at this time. However, should it be determined at a later date that we are experiencing identifiable cost impacts or time delays beyond our control due to this scope change or because of multiple scope changes, delays, or other causes, we reserve the right to submit those costs and time extensions at that time. Page 1 of 1 JOB 2423 2019 Change Or: 2019 Chan... ESTIMATE 1 2019 Change Or: 2019 Chan... DATA SET 1 COMM SMACNA 5.4 12-2005 DATE 4/22/2020 4:30:48 PM Bid: #40 - Weld County Jail PCO #2 Carrier COntrol Kuck Mechanical Contractors 395 W 67th Street' Loveland, CO 80538 970-461-3553 / 970-461-3443 tedg@kuckmechanical.com Index Description t, ~a+ VMla- S4.t .'_• Reference T... Reference Ref Amount Operation Rate. --:1;41,n. Amount Ref Only 1 MATERIAL TOTAL 2 3 MAJOR QUOTATIONS: 4 SHEET METAL PACKAGE 5 6 7 SUBTOTAL 8 Tax -ON - 9 Material 10 Sheet Metal Package 11 SUBTOTAL 12 13 DIRECT FIELD LABOR: 14 Average Rate 15 - OR - 16 Foremen Hours 17 Journeymen Hours 18 Foremen Rate 19 Journeymen Rate 20 SUBTOTAL 21 22 DIRECT SHOP LABOR: 23 Average Rate 24 - OR - 25 Shop Fabrication 26 Shop Rate 27 SUBTOTAL 28 29 SPECIALIZED LABOR: 30 Serviceman Hrs./Ra 31 Project Assistant 32 SUBTOTAL 33 34 INDIRECT LABOR HRS: 35 Overtime Hrs._Rate 36 SUBTOTAL 37 38 NON -PROD LABOR HRS: 39 Project Ianagement 40 Project Management 41 Job Clerk 42 Engineering _Drwg 43 Travel Time 44 Safety Meetings 45 Tool Check -in 46 Cleanup 47 Service Tech 48 SUBTOTAL 49 Calculated Calculated Component 1 Component 4 Field Labor Total Calculated Calculated Component 16 Component 17 Shop Labor Total Calculated Component 25 Calculated Component 20 Calculated Calculated Component 39 Calculated Calculated Calculated Calculated Calculated Calculated Calculated 1.00 1.00 0.00 0.00 13.00 0.15 1.00 0.00 0.00 7.28 1.00 0.00 0.00 0.00 0.00 0.10 1.00 0.00 1.00 0.00 0.00 0.00 0.00 12.00 * 0/ 0 0/ 0 * * * * * * * * * * * * * 7.60 7.60 64.64 53.93 68.75 5.00 10.00 72.50 0.00 0.00 5,820.98 0.00 0.00 0.00 5,820.98 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1.00 72.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 72.50 0.00 V Page 1 of 3 JOB 2423 2019 Change Or: 2019 Chan... ESTIMATE 1 2019 Change Or: 2019 Chan... DATA SET 1 COMM SMACNA 5.4 12-2005 DATE 4/22/2020 4:30:48 PM Bid: #40 - Weld County Jail PCO #2 Carrier COntrol Kuck Mechanical Contractors 395 W 67th Street' Loveland, CO 80538 970-461-3553 / 970-461-3443 tedg@kuckmechanical.com Index Description Reference T...I Reference L Ref AmountI Operation L Rate AmountI Ref Only 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 DIRECT JOB EXPENSES: Field Office As Built Drawings Construction Equipme Permits _Insp. Fee Small Tools (shop) Small Tools (field) Start-up Warranty Gas, Oil _Supplies Equipment Rental Subsistance Freight Delivery Equipment Tagging CAD Detailer Clean -Up _Dump Fee Drawings Reproductio Consumables Safety Mtrl _Supt. Other SUBTOTAL SUB CONTRACTS: ELECTRICAL: Budget Electric Budget Electric CONTROLS: Budget Controls Budget Controls INSULATION: Budget Insulation Budget Insulatio AIR BALANCE: Crane: Hoist Rig SUBTOTAL JOB SUBTOTAL OVERHEAD MARKUP: Flat Rate Markup -OR- Material Major Quotations Sales Tax Component 20 Component 20 Component Component Component Component 27 20 4 7 Component 7 Calculated Component Component Component Component Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated 20 7 20 20 Component 91 Component 11 0.00 0.00 0.00 0.00 0.00 5,820.98 5,820.98 1.00 0.00 5,820.98 0.00 0.00 1.00 4.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 2.00 1.00 1.00 6,068.11 0/ 0 0/ 0 0A 0/ 0 0/ 0 0/0 0/ 0 * 0/ 0 0/ 0 0/ 0 0A * * * * * * * * * * * * 0/0 0.00 Vo 10.00 4.00 3.00 3.00 5.00 10.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 174.63 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 174.63 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 6,068.11 0.00 0.00 606.81 0.00 0.00 0.00 0.00 Page 2of3 JOB 2423 2019 Change Or: 2019 Chan... ESTIMATE 1 2019 Change Or: 2019 Chan... DATA SET 1 COMM SMACNA 5.4 12-2005 DATE 4/22/2020 4:30:48 PM Bid: #40 - Weld County Jail PCO #2 Carrier COntrol Kuck Mechanical Contractors 395 W 67th Street Loveland, CO 80538 970-461-3553 / 970 461-3443 tedg@kuckmechanical.com Index Description Reference T... Reference Ref Amount Operation Rate -- <<•. Amount Ref Only 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 Direct Field Labor Direct Shop Labor Specialized Labor Indirect Labor Non -Productive Lbr. Direct Lbr. Expense Direct Job Expenses Sub Contracts JOB TOTAL CONSTRUCTION FEE JOB TOTAL + PROFIT BOND TOTAL + BOND COST PER SC) FT COST PER TON BID TOTAL Component Component Component Component Component 20 27 32 36 48 Component 71 Component 89 Component Component Component Component Component Component 107 109 110 111 112 112 0.00 0.00 0.00 0.00 72.50 174.63 0.00 6,674.92 333.75 7,008.67 140.17 * 7,148.84 / 7,148.84 / 0/0 % % % °/ ° °/ ° °/ ° 5.00 1.00 2.00 1.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 6,674.92 0.00 333.75 7,008.67 140.17 7,148.84 0.00 0.00 7,148.84 V V Page 3 of 3 Lohmiller and Company Service Log BILLABLE LABOR BILLABLE WARR. SWAP FYD SWAP Salesperson: I Brian Sur 1ST YEAR LABOR SWAP Customer Name Setpoint Systems Equipment Information Contact Name Tedd Leighty Model Number Phone Number Purchase Order # Serial Number Email Job Job City/State Name Address Weld County Jail 2110 O St Follow Up Required Greeley/CO Yes I I NO 1 X Job Comments: Installed Exhaust distributed relays, modes wiring rewired in schematic RTU's unit 6, and 8, and to reflect control 16. Tested new wiring design all for functions functionality - all of correct. Pressuriztion Built and and Material Description PO # Qty Cost Total: CEM Board S4038 1 1025.23 1026.23 IDEC Relays S4020 1 752.85 753.85 Wire S3970 1 69.33 70.33 RIB Relay S3970 1 84.57 85.57 Total materials 1935.98 I Billable hours: 1 21 Rate: I 185 Total Labor 3885 Grand Total: 5820.98 Hours Related to Job Carrier West Representative: Mon Tues Wed Thur Fr Ryan Shulsky Date 4/7/2020 2/26/2020 4/3/2020 Hours 8 5 8 Lohmiller and Company 4800 Osage Street Denver CO 80221 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 20, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Jail RTU Replacement Change Order (2019-2356) Replacement of the Jail's 1 -West Roof Top Units was awarded to Kuck Mechanical. The scheduled replacement was on December 10, 2019. The crews mobilized in the early AM to prepare and remove the units. Due to extremely low temperatures and late heat up this day, there was a significant delay in ability to apply the adhesive for the roofing materials to meet warranty. Because of this delay, the contractor needed to stay mobilized for three hours longer than planned. Therefore, a change order in the amount of $3,617.61 for the additional time is requested. Since it was critical to restore heat to the inmate pods this day, Buildings and Grounds is recommending approval of this change order for $3,617.61. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director dywevd- 401446._ /.2 -3D - p9 cc: -02I 9 o?D/R-c2356, Signature ATTEST: Weld C BY: CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND KUCK MECHANICAL CONTRACTOR'S LLC. This Agreement Amendment ("Amendment"), made and entered into 17 day of December , 2019, 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 Kuck Mechanical Contractor's 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. 2019-2356, approved on July 31. 2019. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order #1, dated December 16, 2019 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: ecG TAO&‘/4/ /4 Of Printed N�d•tedt4A) ‘e&O;lok Deputy Clerk '`. the Board APPROVED AS TO FUNDING: 1 /s' Controller APPROVED AS TO FORM: 'g er(A,...,4_, County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Pro-TeC 3 0 2019 APPROVED TO BSTANCE: Elet'ted Official or Department Head • o2oJ9�a��� Kuck Mechanical Contractors 395 West 67th Street Loveland, CO 80538 Phone: 970 461-3553 Toby Taylor 1105 H Street Greeley, CO 80632 p (970) 400-2023 ttaylor@weldgov.com KUCK'MECNAN1C4L CONTRACTORS ICC 4Piraid& Oacto,,oerer8 Exhibit 12/16/19 Weld County Jail RTU Replacement Attention: Toby Taylor Project: #19057 Weld County RTU Replacement Reference: ROOFING REPAIRS Submitted Date: 12/16/19 Change Request #: PCO #1 $3,617.61 At 9:00 AM on December 10, 2019 the roofing contractor arrived onsite and announced that he had repairs to be done prior to any RTU's being installed and he requested assistance with our crane to lift his materials to the roof. At the time of his announcement of repairs, there was one new RTU that had been set and needed to be removed. These roofing repairs were not listed in the original scope or contract documents and not coordinated with Kuck Mechanical prior to this time. Please see our attached breakout and pricing for additional labor and crane time caused from the roofing contractor needing to perform repairs that were unbeknown to Kuck Mechanical. Excludes: Permit, cut, patch, framing, drywall, paint, plumbing, concrete, masonry, roofing, shop drawings or coordination drawings, and exclusions in original contract. If you have any other questions, please do not hesitate to contact this office. Sincerely, Kuck Mechanical Contractors Ted Goggin, Project Manager The impact of this change includes only those items which can be identified at this time. However, should it be determined at a later date that we are experiencing identifiable cost impacts or time delays beyond our control due to this scope change or because of multiple scope changes, delays, or other causes, we reserve the right to submit those costs and time extensions at that time. Page 1 of 1 Bid: #34 JOB 2423 2019 Change Or: 2019 Chan... ESTIMATE 1 2019 Change Or: 2019 Chan... DATA SET 1 COMM SMACNA 5.4 12-2005 DATE 12/12/2019 12:55:41 PM - Weld County Jail PCO #1 Downtime - 12.12 Kuck Mechanical Contractors' 395 W 67th Street' Loveland, CO 80538 970-461-3553/970-461-3443 tedg@kuckmechanical.com Index Description Reference T... Reference Ref Amount Operation Rate Amount Ref Only 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 MATERIAL TOTAL MAJOR QUOTATIONS: SHEET METAL PACKAGE SUBTOTAL Tax -ON- Material Sheet Metal Package SUBTOTAL DIRECT FIELD LABOR: Average Rate - OR - Foremen Hours Journeymen Hours Foremen Rate Journeymen Rate SUBTOTAL DIRECT SHOP LABOR: Average Rate -OR- Shop Fabrication Shop Rate SUBTOTAL SPECIALIZED LABOR: Serviceman Hrs./Ra Project Assistant SUBTOTAL INDIRECT LABOR HRS: Overtime Hrs._Rate SUBTOTAL NON -PROD LABOR HRS: Project Management Project Management Job Clerk Engineering _Drwg Travel Time Safety Meetings Tool Check -in Cleanup Service Tech SUBTOTAL Calculated Calculated Component 1 Component 4 1.00 1.00 0.00 0.00 Field Labor Total 13.00 Calculated Calculated Component Component 16 17 0.15 1.00 1.80 12.00 Shop Labor Total 7.28 Calculated Component 25 Calculated Component 20 Calculated Calculated Component Calculated Calculated Calculated Calculated Calculated Calculated Calculated 39 1.00 0.00 0.00 763.51 0.00 0.10 1.00 0.00 1.00 0.00 0.00 0.00 0.00 12.00 OA OA OA 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 7.60 0.00 7.60 0.00 0.00 0.00 0.00 0.00 0.00 12.00 1.80 12.00 12.00 64.64 116.35 53.93 647.16 763.51 0.00 0.00 0.00 0.00 0.00 68.75 0.00 0.00 0.00 0.00 0.00 5.00 38.18 38.18 0.00 0.00 0.00 0.00 0.00 0.00 10.00 1.00 72.50 72.50 0.00 0.00 0.00 0.00 0.00 0.00 95.00 1,140.00 1,212.50 0.00 Page 1 of 3 Bid: #34 JOB 2423 2019 Change Or: 2019 Chan... ESTIMATE 1 2019 Change Or: 2019 Chan... DATA SET 1 COMM SMACNA 5.4 12-2005 DATE 12/12/2019 12:55:41 PM - Weld County Jail PCO #1 Downtime - 12.12 Kuck Mechanical Contractors 395 W 67th Street' Loveland, CO 80538 970-461-3553/970-461-3443 tedg@kuckmechanical.com Index Description 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 38 89 90 91 92 93 94 95 96 97 98 DIRECT JOB EXPENSES: Field Office As Built Drawings Construction Equipme • Permits _Insp. Fee Small Tools (shop) Small Tools (field) Start-up Warranty Gas, Oil _Supplies Equipment Rental Subsistance Freight _Delivery Equipment Tagging CAD Detailer Clean -Up _Dump Fee Drawings Reproductio Consumables Safety Mtrl _Supt. Other SUBTOTAL SUB CONTRACTS: ELECTRICAL: Budget Electric Budget Electric CONTROLS: Budget Controls Budget Controls INSULATION: Budget Insulation Budget Insulatio AIR BALANCE: Crane: Hoist .Rig SUBTOTAL JOB SUBTOTAL OVERHEAD MARKUP: Flat Rate Markup -OR- Material Major Quotations Sales Tax IReference T...I Reference Ref Amount) Operation Component 20 Component 20 Component 27 Component 20 Component 4 Component 7 Component 7 Calculated Component 20 Component 7 Component 20 Component 20 Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated Calculated 763.51 763.51 0.00 763.51 0.00 0.00 0.00 1.00 763.51 0.00 763.51 763.51 1.00 4.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 2.00 1.00 1.00 Component 91 3,070.71 Component 11 Page 2of3. 0.00 OA OA 0/0 % % OA % OA 320.00 Rate 10.00 4.00 3.00 3.00 10.00 5.00 Amount Ref Only 0.00 0.00 0.00 0.00 76.35 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 38.18 0.00 114.53 0.00 0.00 75.50 302.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 640.00 0.00 0.00 942.00 0.00 3,070.71 0.00 0.00 10.00 307.07 0.00 0.00 0.00 0.00 o a ❑ ❑ a ❑ ❑ a Bid: #34 - JOB 2423 2019 Change Or: 2019 Chan... ESTIMATE 1 2019 Change Or: 2019 Chan... DATA SET 1 COMM SMACNA 5.4 12-2005 DATE 12/12/2019 12:55:41 PM Weld County Jail PCO #1 Downtime - 12.12 Kuck Mechanical Contractors 395 W 67th Street' Loveland, CO 80538 970-461-3553/970-461-3443 tedg@kuckmechanical.com Reference T... Index Description Reference Ref Amount Operation Rate Amount Ref Only 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 Direct Field Labor Direct Shop Labor Specialized Labor Indirect Labor Non -Productive Lbr. Direct Lbr. Expense Direct Job Expenses Sub Contracts JOB TOTAL CONSTRUCTION FEE JOB TOTAL + PROFIT BOND TOTAL+ BOND COST PER SQ FT COST PER TON BID TOTAL Component Component Component Component Component Component Component Component Component Component Component Component Component 20 27 32 36 48 763.51 0.00 38.18 0.00 1,212.50 71 114.53 89 942.00 107 109 110 111 112 112 3,377.79 168.89 3,546.68 70.93 3,617.61 / 3,617.61 / % OA % % 5.00 1.00 2.00 1.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 3,377.79 0.00 168.89 3,546.68 70.93 3,617.61 0.00 0.00 3,617.61 Page 3 of 3 Equipment` Material Cost SM Shop. SM Field ;Item ` Description.'., Quantity Cost Unit Total FAC ` Hours FAC • Hours 1 Crane Labor 2 Sheetmetal Labor 1 • 2 2.00, 6 2 12.00 3 Service Labor 6 2 12:00 4 Electrician Labor ,2 2 4.00 5; 6 7 8 9 10' 11i 12 1? 14 15' 16 17 '18, 19! . 2 _ 2 27 Project -Management Asst.'1' •28 Project Management , •1 ,30 :,'...... ,31 Totals. • .Notes: • ioz96.4 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & KUCK MECHANICAL CONTRACTORS LLC ROOF TOP UNIT REPLACEMENT JAIL 1 -WEST THIS AGREEMENT is made and entered into this 08 day of July , 2019, 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 Kuck Mechanical Contractors LLC whose address is 395 W.67th Street, P.O Box 388, Loveland, CO 80539, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibit A; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and B are specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B1900103". The RFP contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in the Exhibits which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. /9 c�. (0),(ACaG) ao/g a351v 1-,,3t- /1 ,BGoo�l I Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities described in Exhibits A&B. oth 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. 4m Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than $254,808.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7® Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty. Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies. This warranty shall commence on the date of County's final inspection and acceptance of the Project. 12. Acceptance of Services Not a waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Builder's Risk Insurance: Builder's risk coverage in the amount of $5 million for renovations, repairs made by the Insured at any location (including new locations with total contract cost under $5 million). Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $1,000,000 Personal Advertising injury $2,000,000 products & completed operations aggregate; Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, S1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Pollution Liability: Contractor/Contract Professional shall provide Pollution Liability Insurance if/when it is found that soil has been contaminated. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14® No=n -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. All notices or other communications (including annual maintenance made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: (a) personal service by a reputable courier service requiring signature for receipt; or (b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or (c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or (d) transmission via facsimile, at the number set forth below, where a receipt or acknowledgment is required by the sending party. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Kuck Mechanical Contractors LLC �_._ , __ . Ted Coggin f Project Manager Attn.: �l i�.i tea. �� � �� �� 1-��� ��������� Address: 395 W. 67th Street Address: Loveland, CO 80539 E-mail: _ etedg@kuckmechanical.com Telephone: (970) 461-3553 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street Address: Greeley, CO 80632 E-mail: ttaylorgco.weld.co.us Facsimile: 970-304-6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28 Public Contracts for Services C.R.S. §847.5-101. 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 h -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 amages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. IN WITNESS WHEREOF, the parties hereto have signed this Agreement this 22 July , 2019. CONTRAC ,• R: Kuck By: Name: ily P -ddicord Title: Director of Business Operations ors LLC Date 7/22/19 day of WELD COU ATTEST: Weld C • ty Clerk to the Bo. rd BY: Deputy Cle to the Boar BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Pro -Tern JUL S 12019 a0/9 -a05-40 INeW County De. rtme9l of P rchaailg Phone (9/0) 356-4000 Ext. 4223 1150 "O" Street Greeley, Colorado 80631 TO: @00041()66 VENDOR CODE ITEM } r 1j rT iL$('1�.. 7}'��t1 '1' CAL c. ,i• (�J ( T\ �tS••� Y i UCK 1 reCHAN .. 3v L `_ON.. �.\w c nR`\ PO BOX 388 [[f L LAND CO 3O LOVELAND thfr R NAME. PURCHASE ORDER ..-hL stie Uetets RTU REPLACEMENT — �.��, f r=: i WEST PER B19001G3 L'3 APPROVED BY THE 80CC 07/08/19, DATE REQUIRE© 07/08/19 8 1 (x t.) q y TAYLOR THE P OLFECT MANAGER '�ND HE WILL FF j CONTACT ..k t� � • E_ 1 AND _i l l is !L .l_ LJ L G S_� `y .f..f^11. VENDOR TO START PROJECT. iSsOED P1900585. no 'a yJ PURCHASE ORDER # DATE OFPC0 BLANKET FF SHIP T LL' COUNT? P1900585 900 585 Paae 1 TQWWk W g_\ t- R t1` BEBli`` L� L tV � fJ�A 1 QS* -6-6 ra ATTN : T O1B 1 TAY LOR J. 1 0 5 STREET G EEL,TIr CO 80631 BILL TO: QUAN T 1YY 'J M SAivic AS SHIP i \7 != NOT STATED '_NP PR C:e EATEI'iOED EA 1::54,808..00 DISCOUNT: ft:)®L CHARGES: , TOTAL TAXES: The articles specified are subject to the following conditions: 1. Goods other than those specified must not be substituted or prices changed without authorization. 2. The right of cancellation in case of long delay in shipment is reserved 3. Either party may terminate this agreement at any time upon delivery to the other party of written notice received at least ten (10) days prior to the anticipated date of termination This agreement may be terminated at any lime by either party without notice upon a material breach of the terms herein by the other party. 4 No sales tax or use table shall be included in or added to prices of material on this order 5. If the quantity shipped is short of the purchase order quantity, specify on the packing slip it that quantity is on back order or cancelled. 6. Bills will be paid off of original invoices only. By 254,808.00 COaent#: 364 5 KUCMECPC TM NS DATE (MM/DDIYYYY) 7/24/2019 THIS CERTIFICAT CERTIFICATE D ELOW. THIS CE REPRESENT TIVE is E IS ISSUED AS A MATTER OF iNFORMATDON ONLY AND CI =ERS RiGii ES KOT AMR AT0VELY OR NEGATIVELY A FND, EXTEND OR ALTER THE C TOFICATE OF INSURANCE DOES N ST CNSTITU I E A CONTRACT BETWEEN PRODUCER, AND THE CERTIFICATE HILDER. J TS UPON THE CERTOROCATE HOLDER. THIS VERAGE AFFORDED BY THE POLICIES THE ISSUING INSURE' (S), AUTHORIZED S OMP":TAINT: If the certificate i.Ider is an ADDITIONAL INSURE®, the poliey(ies) must have ADDITIONAL INSURED provisions ,ar be enc orsed. If SU3ROGAT0 N 115 WAIVED, subject to the terms and conditiins f the pIiccy, certain p*Iicies may require an end.rsement. A statement on His certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Holmes Murphy =Colorado 7600 East Orchard Rd, Ste 230 Sout Greenwood Village, CO 80111 I CONTACT Lauren `"'aides NAME: PHONE 72O 622=8255 (NC, No, Ext): AD AIL LSS: LVaOdc�s@h®Ome5murphY0c0m FAX (A/C, No): INSURER(S) AFFORDING COVERAGE NAIC INSURER cuity 14184 INSURED Kuck Mechanical Con 395 West 67th Street (Lov&Ind, CO 80538 ractors, s, LLC INSURER B 4i; I Assurance Company 41190 INSURER C : Aloianz Global Corporate & Specialty AG INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUM BE REVISION NUMBER: THIS INDICATED. CERTIFICATE EXCLUSIONS IS TO CERTIFY NOTWITHSTANDING MAY AND BE CONDITIONS THAT ISSUED THE POLICIES ANY OR MAY OF SUCH REQUIREMENT, PERTAIN, OF POLICIES. INSURANCE THE TERM INSURANCE LIMITS LISTED OR SHOWN BELOVV CONDITION AFFORDED MAY HAVE HAVE BEEN OF ANY BY THE BEEN CONTRACT ISSUED REDUCED POLICIES TO THE OR BY DESCRIBED INSURED OTHER PAID CLAIMS. DOCUMENT HEREIN NAMED ABOVE FOR WITH RESPECT IS SUBJECT THE TO TO ALL POLICY WHICH THE PERIOD THIS TERMS, INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY MM/DD/YYYY EFF POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY x X ZA0399 n5/0112019 05/01/202 EACH OCCURRENCE $ 1 ,000,000 DAMAGE occu ence) $ 250,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $10,000 X PD Ded: $1,000 PERSONAL & ADV INJURY $ 19000,000 GENERAL AGGREGATE $ 3,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 3,000 000 9 POLICY � PRO- JECT LOC $ OTHER: /-j AUTOMOBILE LIABILITY X X Z 0399 195/01/2019 05/01/20 FEOa aBc �DtINGLE LIMIT ci $19000,000 BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ OWNED AUTOS ONLY SCHEDULED AUTOS PROPERTY DAMAGE (Per accident) $ ., HIRED AUTOS ONLY X NON -OWNED AUTOS ONLY $ Q X UMBRELLA LIAB X OCCUR ZA0399 '+ 5/01/2019 05/01/2026 ,�, EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 EXCESS LIAB CLAIMS -MADE $ DED RETENTION $ D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N N / A X 4022260 8/01/2019 08/01/2020 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1I ,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N E.L. DISEASE - EA EMPLOYEE $1 ,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Installation Lease/Rent Scheduled Equip FOtr E nu �J SIML93071988 5/011/2019 05/01/2020 $100,000/$1,000 $500,000/$1,000 As Stated ded ded DESCRIPTION RE: County C.rnmissioners required (See Roof Attached of by OF Top We0c, OPERATIONS written Unit a are Descriptions) Replacement body included c •; / LOCATIONS ntractn ctrporate / VEHICLES Jail as Additoonal and 1 (ACORD -WEST p®lftic Insureds 101, of the Additional Remarks State *f as respects Schedule, Cslorad*, may General by be attached and I iabality through if more and space is its Bard Ault required) Liability *f CCtunty as CERTIFICATE HOLDER C [1 NCELLA I 0ON CtuntyofWeld 1150 UU000 Street Greeley, CO 80631 SHULD ANY OF THE ABOVE DESCRIEI PSLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THE1':EOF, NTICE WILL = E DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 AC are registered marks of ACORD RD CORPORATION. All rights reserved. AC c RD 25 (2016/03) 1 of S461751 /M461034 2 The ACORD name and log VAL I DESCRIPTIONS (Continues! from Page 1) A Waiver of Subrogation applies in favor of the Additional Insureds as respects the Workers' Compensation, General Liability, and Auto Liability as required by written contract. SAGITTA 25.3 (2016/03) 2 of 2 #S461751 /M461034 General Liability Policy #ZA0399 ADDITIONAL INSURED - COMPLETED OPERATIONS - PRIMARY AND NONCONTRIBUTORY AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU (OWNERS, LESSEES OR CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Section II - Who Is An Insured is amended to include as an additional insured: a. Any person(s) or organization(s) for whom you have performed operations if you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your poli- cy for completed operations; and b. Any other person(s) or organization(s) you are required to add as an additional insured under the contract or agreement described in paragraph a above. Such person or organization is an additional insured only with respect to liability included in the products -completed operations hazard for bodily injury or property damage caused, in whole or in part, by your work performed for that additional insured at the location desig- nated and described in the contract or agree- ment. CG -7274(5-13) 2. This insurance does not apply to: a. Bodily injury or property damage which oc- curs prior to the execution of the contract or agreement described in item 1; or b. Bodily injury or property damage that oc- curs after the time period during which the contract or agreement described in item 1 requires you to add such person or or- ganization onto your policy as an additional insured for completed operations; or c. Bodily injury or property damage arising out of the rendering of, or the failure to render, any professional, architectural, engineering or surveying services, including: (1) The preparing, approving or failing to prepare or approve maps, shops drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. 3. The insurance provided by this endorsement is primary and noncontributory. General Liability Policy #ZA0399 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTO- MATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU - PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Section II - Who Is An Insured is amended to include as an additional insured: a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as addi- tional insured on your policy; and b. Any other person or organization you are required to add as an additional insured under the contract or agreement described in paragraph a above. Such person or organization is an additional insured only with respect to liability for bodily injury, property damage or personal and ad- vertising injury caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an addi- tional insured under this endorsement ends when your operations for that additional insured are completed. 2. With respect to the insurance afforded to these additional insureds, the following additional ex- clusions apply: CG -7194(5-13) This insurance does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of the ren- dering of, or the failure to render, any pro- fessional architectural, engineering or sur- veying services, including: (1) The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. b. Bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the location of the covered operations has been complet- ed; or (2) That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in per- forming operations for a principal as a part of the same project. 3. The insurance provided by this endorsement is primary and noncontributory. General Liability Policy tIZA0399 ACUITY ENHANCEMENTS m GENERAL LIA.ILITY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM A. Extended Non -Owned Watercraft Exclusion g Exception (2)(a) of Coverage A - Bodily Injury and Property Damage Liability is replaced by the following: (a) Less than 51 feet long; and B. Increased Bail Bond Amount The limit shown in paragraph 1 b of Supplemen- tary Payments - Coverages A and B is in- creased to $1,000. C. Increased Reasonable Expenses Incurred by the Insured The limit shown in paragraph 1 d of Supplemen- tary Payments - Coverages A and B is in- creased to $350. D. `` ,:ewly Acquired Organizations Item 3a of Section II - Who Is An Insured is replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; E. Tenants Legal Liability Paragraphs (1), (3) and (4) of the Damage to Property Exclusion under Section I - Coverages do not apply to property damage (other than damage by fire) to premises, including the con- tents of such premises, rented to you for a period of 8 or more consecutive days. The most we will pay under this coverage for damages because of property damage to any one premises is $10,000. A $250 deductible applies. F. Knowledge of Claim or Suit The following is added to paragraph 2, Duties in the Event of Occurrence, Offense, Claim or Suit of Section IV - Commercial General Liabil- ity Conditions: Knowledge of an occurrence, claim or suit by your agent, servant or employee shall not in itself constitute knowledge of the Named In- sured unless an officer of the Named Insured has received such notice from the agent, ser- vant or employee. G. Unintentional Failure to Disclose Hazard The following is added to the Representations Condition under Section IV - Commercial Gen- eral Liability Conditions: Based on our dependence upon your repre- sentations as to existing hazards, if unintention- ally you should fail to disclose all such hazards CGm7305(11-14) at the inception date of your policy, we will not reject coverage under this policy based solely on such failure. H. Waiver .f Subrogation f Written Contracts The following is added to the Transfer of Rights of Recovery Against Others to Us Condition under Section IV - Commercial General Liability Conditions: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or or- ganization and included in the products -com- pleted operations hazard. The waiver applies only to a person or organization with whom you have a written contract or agreement in which you are required to waive rights of recovery under this policy. Such contract or agreement must have been executed prior to the occur- rence causing injury or damage. L Liberalization The following is added to Section IV - Commer- cial General Liability Conditions: If we adopt any revision that would broaden the coverage under this policy without additional premium within 45 days prior to or during the policy period, the broadened coverage will im- mediately apply to this policy. J. Broadened Bodily Injury The Definition of Bodily Injury is amended to include mental anguish. Electronic Data Liability t Exclusion 2q of Coverage A - Bodily Injury And Property Damage Liability in Section I - Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: q. Access Or Disclosure Of C•,nfib dential Or Personal Infrmation And Data -related Liability Damages arising out of: (1) Any access to or disclosure of any person's or organization's confidential or personal infor- mation, including patents, trade secrets, processing methods, customer lists, finan- cial information, credit card in- formation, health information or any other type of nonpublic information; or (2) The loss of, loss of use of, damage to, corruption of, in - (continued next page) ability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. This exclusion applies even if dam- ages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relations expenses or any other loss, cost or expense incurred by you or others arising out of that which is de- scribed in paragraph (1) or (2) above. However, unless paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. 2. The following paragraph is added to Section III - Limits of Insurance: Subject to paragraph 5 above, $10,000 is the most we will pay under Coverage A for property damage because of all loss of electronic data arising out of any one occur- rence. 3. The following definition is added to Section V - Definitions: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and application software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 4. For the purposes of this coverage, the defi- nition of "property damage" in Section V - Definitions is replaced by the following: "Property damage" means: a. Physical injury to tangible property, in- cluding all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or in- ability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of elec- tronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this coverage, elec- tronic data is not tangible property. L. Voluntary Property Damage 1. With respect to the insurance provided un- der this coverage, paragraph 2 Exclusions of Coverage A - Bodily Injury and Property Damage Liability under Section I - Cov- erages is modified as followed: a. Exclusion 2j(4) is replaced by the fol- lowing: (4) Personal property of others: (a) Held by the insured for servic- ing, repair, storage or sale at premises owned, occupied or rented to the insured. (b) Caused by the ownership, maintenance, use, loading or unloading of any auto, water- craft or transportation of prop- erty by any means. b. Exclusion 2j(5) is deleted. 2. The insurance provided by this coverage is subject to the following provisions: a. We will pay for property damage at your request even if you are not legally liable, if it is otherwise subject to this coverage. b. Property damage does not include loss of use if personal property of others is not physically injured. c. Limits The most we will pay for an occurrence under this coverage is $2,500. The most we will pay for the sum of all amounts paid under this coverage is an aggregate of $2,500. The General Aggregate Limit and Each Occurrence Limit under Section III - Limits of Insurance do not apply to the insurance provided under this coverage. d. Settlement If you make any repairs to damaged property, at our request, we will pay the larger of your actual cost or 75% of your usual charge for the necessary la- bor and materials. Any property paid for or replaced by us may become our property at our option. Any payment made under this coverage shall not be interpreted as an admission of liability by the insured or the company. e. Deductible Our obligation to pay for a covered loss applies only to the amount of loss in excess of $200. f. Other Insurance The insurance provided by this cover - (continued next page) age is excess over any other insurance carried by the insured which applies to a loss covered by this coverage. M. Increased Limits of Insurance 1. The General Aggregate Limit is increased to three times the Each Occurrence Limit. 2. The Products -Completed Operations Aggre- gate Limit is increased to three times the Each Occurrence Limit. 3. The Damage To Premises Rented To You Limit is increased to $250,000. 4. The Medical Expense Limit is increased to $10,000. The Limits of Insurance shown here do not replace and are not in addition to the Limits of Insurance shown in the Declarations. 2258 Auto Liability Policy #ZA0399 Assignment Of Payment Of Covered Ex- penses (1) An insured may assign payments due under medical payments coverage, in writing, to a licensed hospital or other licensed health care provider, as de- fined in COLO. REV. STAT. section 10-4-601, an occupational therapist as defined in COLO. REV. STAT. section 12-40.5-103; or a massage therapist as defined in COLO. REV. STAT. section 12-35.5-103. (2) If an insured assigns such benefits, we will pay covered benefits directly to the licensed healthcare provider. 6. Additional Definitions As used in this endorsement: a. "Family member" means a person related to you by blood, marriage or adoption who is a resident of your household, including a ward or foster child. b. "Occupying" means in, upon, getting in, on, out or off. ADDITIONAL INSURED - AUTOMATIC STATUS WHEN REQUIRED IN WRITTEN AGREEMENT WITH YOU - PRIMARY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM 1. Who Is an Insured under Section II - Liability Coverage is amended to include any person or or- ganization with whom you have agreed in writing in a contract or agreement that such person or or- ganization be added as an additional insured on your policy. Such persons or organizations are addi- tional insureds only with respect to liability arising CA -7214(10-98) out of operations performed for the additional in- sured by you. 2. The coverage provided by this endorsement will be primary and noncontributory with respect to any other coverage available to the additional insured. 3. The Limits of Insurance applicable to the addi- tional insured are those specified in the written con- tract or agreement or in the Declarations for this Coverage Form, whichever is less. These Limits of Insurance are inclusive and not in addition to the Limits of Insurance shown in the Declarations. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - AUTOMATIC STATUS UNDER AN INSURED CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorse- ment, the provisions of the Coverage Form apply unless modified by the endorsement. The following is added to the Transfer of Rights of Recovery Against Others to Us Loss Condition: 1. We waive any right of recovery we may have CA -7243(10-03) against any person or organization described in paragraph 2 because of payments we make for bodily injury or property damage under an in- sured contract with that person or organization as described in paragraph a of Exclusion B2 Contractual under Section II - Liability Cov- erage. 2. The waiver applies only to a person or or- ganization with whom you have a written con- tract or agreement requiring you to waive the rights of recovery under this policy. PINNJA.COL ASSURANCE 7501 E. Lowry Blvd. Denver, CO 80230-7006 303.361.4000 / 800.873.7242 Pinnacol.com Kuck Mechanical Contractors LLC P O Box 388 Loveland, CO 80539-0388 ENDORSEMENT: Blanket Waiver of Subrogation NCCI #: WC000313B Policy #: 4022260 Holmes, Murphy and Associates, LLC 7600 E. Orchard Road Suite 330-S Greenwood Village, CO 80111 (720) 622-8242 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE To any person or organization when agreed to under a written contract or agreement, as defined above and with the insured, which is in effect and executed prior to any loss. Effective Date:August 1, 2018 Expires on: August 1, 2019 Pinnacol Assurance has issued this endorsement August 1, 2018 7501 E. Lowry Blvd Denver, CO 80230-7006 Page 1 of 1 P I SA - 08/01/2018 18:49:38 4022260 52089074 359-B REUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: MAY 20, 2019 BID UMBER: B1900103 DESCRIPTU•N: ROOF TOP UNIT ' EPLACEMENT - JAIL 1 WEST DEPT1VENT: BUILDINGS & RUNDS .SID •PE DATE: JUNE 20, 2019 Exhibit A 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: ROOF TOP UNIT RE 3 LCEMENT — JAIL 1 WEST A mandatory pre -bid con I rence will be held on Tuesday, June 4, 2019 at 9:00 AM, at the Weld County Jail located at 2110 O Street, Greeley, Colorado 80631. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administration Building, 1150 O Street, Room #107, Greeley, CO 80631 until: Thursday, June 20. 2019. a: 10:00 AM (WELD COUNTY PU'' CHASIG TIME CLOCK). PAGES 1 - 8 OF THIS REQUEST FOR BIDS C NTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED T• ABOVE NOT ALL OF THE INFORIATION CONTAINED IN PAGES 1 o M APPLICABLE FOR EVERY PURCHASE. iD SPECIFICS FOLLY` :.-' PAGE 8. AY BE 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid You can find information concerning this request at two locations: On the Weld County Purchasing website at https://www.weldgov.com/departments/purchasing/bids proposals located under "Bids / Proposals / Tabulations". Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is 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 2 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: b i d s w e I d g o v. c o r. Emailed bids must include the following statement on the email: "I hereby aive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to Weld County Purchasing Department, 1150 O Street, Room #107, Greeley, CO 80631. Please ca01 Purchasing at 970400=4222 or 4223 of you have any questi ns. 3. ONS RU CCTVONHS TO 831100 =R: IN RO DUCTORYINFORMATUON Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give Me full business address of bidder and be signed by him with his usual signature. Bids by partnrtrships must furnish the full names of all partners ano must be signed with the partnership name by one of th .z 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 n ame of the state of the incorporation and by the signature and title of the president, secretary, or other person uthorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to u se 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. L,te or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Noice to Bidders." Bids received prior to the tim of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Contr`o'ller/Purchasing Director/Purchasing Director for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also u nderstood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C. ".S. § 30-11-110 (when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any nd 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 awardeo to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of he Request for proposal contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. 4. SUCCESSFUL =t1 !%DER HIRING P'j. CTICES — ILLEGAL ALIENS Successful bidder certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Successful bidder will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. TEFL+'sJt:d.11iltlS3:IGli`" Leal;; tac.;.ze7:TYSJL:'2i\u:f i`�" -44e9:Kw.l'sYA��)��, ; 1'" 0'x,0. L.'>failaT4 L �1'.�"',Tg�at� ..}.y -j sr,,,ti,a T,JJIMM G.W H:'T l."i Si:. i f a" aticiatEISIMMEMErani BID REQUEST #B1 900103 Page 2 §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 u ndertake pre -employment screening or job applicants while this Agreement is being performed. If Successful bidder obtains actual knowledge that a subcntractor 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 o r contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Successful bidder shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5- 102(5), by the Colorado Department of Labor and Employment. If Successful bidder participates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work u nder 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 sh&il deliver to County, a written n ;rized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements .f the State of Co - rado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., Cunty, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or state funds under the contract, Successful bidder must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to Q.R.S. § 24- 76.5-103(4), if such ildividual applies for public benefits provided under the contract. If Successful bidder o perates 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 laveully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 5. GENERAL PROVISIONS A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets another Confidenti; l 9nforr atlon: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disci sed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential c, rnmercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff wil review the confidential materials to determine whether any o' them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or idencifying Confidential information which is included within the body of the bid and not separately identified. Any dcument 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. BID REQUEST #B1900103 Page 3 C. Government I Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compens;tion and unemployment cmpensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by I,w, and (b) provide proof thereof when requested t. do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choce of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. N. Third -Party =3eneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall b -t an incidental beneficiary only. H. Attorneys Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Busoness Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Pr cerement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. TYermination: 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. Mar nstME-ffit_lzaco BID REQUEST #B1900103 Page 4 M. Extensi •,n r Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorizati.Dn and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or n.t there is in fact any such unjust ercrichmet, sha I be the basis of any increase in the compensation payable hereunder. N. Subc•,ntractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidd: r shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County stall have the right (but n the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder ant the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work oe pformed on this Project pursuant t. this Agreement is subject to a one-year warranty period during which Cntractor must correct any failures or deficiencies caused by c`ontractor's workmanship or performance. The bidder warrants that the goods to be supplied shall be merchantable, of good qu.,lity, and free from defects, whether patent or Ic,tent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. N • n -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, automa lcally terminate this f agreement and all rights of the succassfil biooer ]ereunder. Such consent may be grated ,.•,r 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. .an BID REQUEST #B1900103 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/Ct nflict of Interest — C.R.S. §§24-18-2O1 et seq. and §24-50=507. The signatories to this Agreement agre,-, 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 business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties U. binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Else oar* of County C mmissioners of Weld County Apprval: This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANC+ _ , REQUIRE ENTS General Requirements: Successful bidders 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 shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director/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. Successful bidder shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Successful bidder to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. ..hintVy.tni'•ti;T ' --xn . to. ?`1:':Ger..\......:y-.�a. , <7; 1?..ae n'`�_. i=5 i' 7. st .>s -t W`W-w—_u.: 3t.:Iski...... �.c�ri:+K1:c', BID REQUEST #B1900103 'x�vS5'si'y Page 6 The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or subcontractors. The successful bidder shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The successful bidder is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The successful bidder 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 materials and services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or 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 failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of The successful bidder in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the successful bidder will be responsible for primary loss investigation, defense and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the 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. Types of Insurance: The successful bidder 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 successful bidder's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a successful bidder or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such successful bidder or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance for bodily injury, property damage, and liability assumed under an insured contract, and defense costs, with the minimum limits must be as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Successful bidder shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. BID REQUEST #B1900103 Page 7 Successful bidders 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 Request for Bid. Proof of Insurance: County reserves the right to require the successful bidder 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, Successful bidder's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Successful bidder's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent contractors, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Successful bidder. Successful bidder 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 agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. 2R9 mn�tQlt�lC'TtQ.d 'c r aenm ' , YT < x sC�`+'�':ssccu�+y,u �rarc;iT��'.v��'�`seua¢varms;.aa&iS3�i3,4�S'Y�a''.3. w��Jtw�s � a sLr�. ���,s�"`s`.9.�G>�e. � t BID REQUEST #B1900103 Page 8 DESCRIPTION F TOP UNIT REPLACEMENT - JAIL 1 WEST This bid is for the replacement of the Roof Top Units located at the 1 -West Wing of the Weld County Jail. The Weld County Jail is located at 2110 O Street, Greeley, CO 80631. SPECIFICATIONS This is a turn -key replacement project of the Roof Top Units and will include the following: 1. Removal of the old Roof Top Unit (RTU) and installation of new Roof Top Unit. 2. Patching & of roof as required for replacement. 3. In addition, the Liebert unit in the data center must be replaced. Contractor must supply alternate/temporary cooling during replacement, so data center can remain functional. 4. Replacement can during business hours. However, replacement shall be coordinated to minimize downtime. 5. Replacement RTUs must meet the minimum specification to maintain the same as the current units. The current units are: A. RTU # 10 1) Make: Carrier 2) Model: 48HJD009---631 LA 3) Serial: 4396G30266 4) Voltage: 460 5) Phase: 3 B. RTU # 9 1) Make: Carrier 2) Model: 48HJD012---641 LA 3) Serial: 4496G30533 4) Voltage: 460 5) Phase: 3 C. RTU # 16 1) Make: Carrier 2) Mode1:48EJD030---600CC 3) Serial: 2696F15785 4) Voltage: 460 5) Phase: 3 D. RTU # 1) Make: Carrier 2) Model: 48HJD008---631 LA 3) Serial: 4396G30226 4) Voltage: 460 5) Phase: 3 Ty BID REQUEST #B1900103 Page 9 E. RTU # 6 1) Make: Carrier 2) Model: 48HJE017---600QA 3) Serial: 4396F36985 4) Voltage: 460 5) Phase: 3 F. RTU # 7 1) Make: Carrier 2) Mode1:48EJD034---600DB 3) Serial: 4496F38595 4) Voltage: 460 5) Phase: 3 G. Server room unit Liebert. 1) Model: FH114A-ASM 2) B: Serial: 335893-001 3) Volts: 460 4) Phase: 3 5) Input Amps: 36.5 6) Min Supply Circuit Amps: 41.8 7) Max Fuse or Breaker: 60 Amps 8) Humidifier: FLA 12.9: Amps 9) Reheat: 19.9 Amps 10) Main fan: 3.4 Amps 11) Compressor 1: 10.1 Amps 12) Compressor 2: 10.1 Amps 6. The system will be set up to utilize the current Delta control system Version 3.4 through SetPoint Systems and maintain the same capabilities 7. Test and balance of installed equipment is required. 8. Bidders must provide manufacturers specifications with their bid responses that show the proposed equipment meets the minimum capacities as shown above. 9. The projected contract date is expected to be July 10, 2019. Based on this date, provide expected start and finish dates. 10. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 11. Payment and Performance bonds are required. 12. Bidder is expected to, enter into a standard County contract. neiZE IMM - u rai :¢ $'r'�f nail iU i'`.i5t"'l�iE;siza`yt`_^ E'er atr, BID REQUEST #B1900103 Page 10 mandatory pre -bid conference will be held on Tuesday, June 4, 2019 at 9:00 AM located at 2110 O Street, Greeley, CO 80631. at Weld County Jail Bids will be received up to, but not later than Thursday, June 20, 2019 at 10:00 AM (WELD C .0 PU' :CHAS!G TIME CLCK) • TOTAL $ START DATE FINISH DATE nrgfraM BID REQUEST #B1900103 Page 11 The undersigned, by his r her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1900103. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BUSINESS ADDRESS CITY, STATE, ZIP CODE TELEPHONE NO P RINTED NAME AND TITLE S IGNATURE E-MAIL DATE FAX TAX ID # **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION N UMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director nst:! ryix rt—i'Ze:'iE1`i• -474",;A'i1� •-Ei b.as:Al ..1'I..Tar p'G..1Ti':" M--;';XiSa`.oi:7.; _ .'?•T7TFA BID REQUEST #B1900103 Page 12 DESCRIPTION OT �P NIT '', f' —J L'I WEST This bid is far the replacement of the Roof Top Units located at the 1=West Wing of the Weld County Jail_ The Weld County Jail is located at 2110 O Street, Greeley;, CO *0631. :EE IFI TK NS This is a turn -key r .placement project f the Roof Top Units and will include the following: 1. Removal of the old oof Top Unit <RT ) and installation of Yl: ew Roof Top Unit i,$ for to None expected, ho'i ever if damaged during install patchingis included. In addition, the Li bey unit in the dew center must be replaced. Contractor must supply iternateltemporary cooling during replacement, so data center can remain function r;�a a Patching of roof as r 4. Rep cement can during tCybusinesshours. It However, `9Pp'a men$ s be coordinated ® to minimize d - nti n c 1vo' 5. eplacernent RTUs must meet the minimum specification to maintain the same as the current units. The cunt units are: it RTU# 1 1) Make: carrier 2) Model: 4 H JD009 $ i LA 3) Voltage: 4) Voltage: 460 5) Phase: RTU `l) Make: Carrier 2) Moth:4811JD012-641LA 3) Serial: 4496G30533 4) Voltage: 480 5) Phase; c n RTU It 16 1) MakC rrie del: 4 EJ 0 -=- 00 C 3) Serial: 2 15785 4) Voltage: 460 5) Phase: 3 D. RTU48 1) Make! Carrier 2) WI*det: HJD008 iLA 3) Serial: 4396G30226 4) Voltage: 460 5) Phase: 3 BID REQUEST #81900103 TU # 6 1) ak v C crytt 2) Model: 48HJEO1 -- OO 3) Serial: 43 F3 4) Voltage: 460 5) has3 F. TU 7 1) Rake: Carrier 2) Mod 48EJDO34-600D 0 3) Serial: 4496F38595 4) Voltage: 460 5) -al h to G. Server room unit Lf bertD 1) " .®d&lo F114A-AS 2): a ri l o 335893411 3) Volts: 460 4) Phase: 3 input Amps: 36.5 6) Min Supply Circuit p o A1.8 7) x Fuse :!!-r Breaker: 60 Amps 8) Humidifier: F _.., W 12090 Amps 9) R, heat: 19.9 Amps 10) Main fan: 3.4 Amps 11) Compressor 14 10,1 Amps 1) Csmpressor o 10,1 Amps e The s ste k will be set up to utilize the current Delta control system Version 3.4 through SetP ' int Syst ms and maintain the same capabilities 74 Test and balance of installed equipment is rulr do Bidders must provide manuf. cturers specifications with their bid responses th equipment meets the minimum capacities as sh. n above. show th prop , sad 9 The projected : ntract date is expected to be July lop 2019 tae on this dater provide ex tied start and finish dates. 10. Work will comply with all applicable Federal, State and local requirements. 11 P Payment and Performance bonds are required. 120 Bidder is expected to enter into a standard County contract. BID REQUEST B 900 4 WS, rdinn and ry I A mandato ated at 21. treet id conferencewm bo, heldOise 201 9:00 a at ViLld Gree 80631 ids be r-faymind up t ® Nod not later than " ' iJune 20 20191 : M BID REQUEST 4B1900103 Rudy Jan TOTAL 4,8ca.po 'ART DATE ialaCira awaw.rowwwairwaer.renorg.....vcc.uttswW.,-.+‘ RNISH DATE TY TBD 15 working days after start date once equipment has been delivered. 10-12 weeks for procurement expected. t Wavvnn'rv.�u irtvz:� 2':c34uc.M ale ' '1 q The Sder Ign ham c ' h l 2. 4 5o ro urIsrete y ackno l The bid proposed herein rn ets all of the conditio in the qu st for proposal for Request Na #B1 The quotations set forth local taxes. He or she is authoriz d t Rte: d re rect-e-I'nts th'a v specifications and svcia9 previsions stet forth 1 0. herein are exclusive of any federal excise taxes and all other st te and bind the b&l-Med bidder for the amount shown on the accompanying proposal sheets. The signed bid sub Iasi& all of the documents b 5= the quest fir Pro sal contained herein (indud!n 9 but not limited to, product specifications and scpe of services)v services)and the formal acceptance of the bid by Weld Countyv together constitutes a contractv with the contract date being the date of formal acceptance of the bid by Wt I County, Weld County r serves the right to reject any nd ill bids1 to waive any irif reality in the bids, and to accept the bid that, in the opinion of the Board of County Commission . rs @ is to the best interests of Weld County, The bid(s) may be awarded to more than one vendor Kuck Mechanical 1 '•r1 � 4 BUSINESS ADDRESS 395 West 67th street CITY, STATE, ZIP CODE TELEPHONE NO (970)461-3553 FAX § 970 6 , PRINTED NAME AND TITLE_ SIG TURF F Michael@kuckmechanicalycorn "ALL B I DDE' .S SHALL PROVIDE rr4 Qr� A ID a4-1510595 Wag WITH THE SUBMISSION OF THEIR ID WELD COUNTY IS EXEMPT FROM COLORADO SALES T .. E a THE CE TIFI NUMBER IS #9 ®03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 ATTEST: Weld County Clerk to the Board BY: AN. - Deputy Cleat to the Board 8r * BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: ..w.W.1......S.. .._�. N...m ,_..... . q. Elected Official or Department Head Contrailer/urcha&ing Director rrvry inn/e—.w�!oY///r' .w•MYY'nvvmw•."%Sf<.,..vFM4f%ii/.ti�lvl"ia"'Te>v/b.wqw.tOfl4:YiHi[%>M1L'lrY.fa'a�Yi:.a.:X/erv' '.t4tw'.N:.Aa.n m.wvf"'>Niq/+nvM.•�w!)>a.roM.'.a�v.%ai/r./4iWw PY?.imiiaAri...�ti%i.�AV"a(NHnJNb'fibvv'/F/Fw.b6fsA.. A.i/sA%2fii ii/i w... _ ... ary iH...r..�... f5JKi... -- a.AMAw.:Inay. i/H�v�gMM1i'q �Hqs' iA BID REQUc #B 90 03 F EXEPfl e12 ❑ New Entity Cow quest 1afta Entity Name* Entity ID' KUCK MECHANICAL CONTRACTORS 41066 LLC Contract Name* JAIL 1 -WEST RTU Contract Status CTB REVIEW Contract Description* REPLACE RTUS ON 1 -WEST JAIL Contract Description 2 Contract Type* CONTRACT Amount" $254,808.00 Renewable NO Automatic. Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds c@r weldgov_co m Department H... CM-BuiidingGrounds- DeptHeadf «eldgov. corn County Attorney GENERAL COUNTY A I I ORNEY EMAIL County Attorney Email CM- COUNTYAI iORNEYWELD GO'V.COM Contract ID 2964 Contract SGEESA'Iv Contract Lead Email sgeesan-ian@coweld_co Requested BoCC Agenda Date* 07/17/2019 Parent Contract ID Requires Board Approval YES Department Project # Due Date 07/13/2019 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? if this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should he left blank if those contracts are not in OnB'ase Contract Dates Effective Date Review Date k Ren Date 12131/2019 Termination Notice Period Committed Delivery Date Expiration Date* 12/31/2019 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process De H TORY TAYLOR DH Approved Date 07[25/2019 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07/31/2019 Originator SGEESAMAN Contact Type Contact Email n finance over BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 07/26/2019 Tyler Ref #t AG 073119 Legal Counsel BOB CHOAI E Legal Counsel Approved Date 07/26/2019 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 1, 2019 To: Board of County Commissioners From: Toby Taylor Subject: Roof Top Unit Replacement — Jail 1 West; (Bid #B1900103) As advertised, this bid is to replace the roof top units at the Jail — 1 -West Wing. The low bid is from Kuck Mechanical Contractors and meets specifications. Therefore, Buildings & Grounds is recommending award to Kuck Mechanical Contractors for $254,808. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director &oi9 - '35(-, WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturfa.weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: JUNE 20, 2019 REQUEST FOR: ROOF TOP UNIT REPLACEMENT - JAIL 1 WEST DEPARTMENT: BUILDINGS & GROUNDS BID NO: #B1900103 PRESENT DATE: JUNE 24, 2019 APPROVAL DATE: JULY 8, 2019 VENDOR TOTAL START DATE FINISH DATE KUCK MECHANICAL $254,808.00 TBD 15 WORKING CONTRACTORS LLC DAYS AFTER 395 W. 67TH ST START DATE LOVELAND, CO 80534 DESIGN MECHANICAL INC $265,724.00 09/20/19* 10/20/19 312 CTC BLVD LOUISVILLE, CO 80027 COLORADO MECHANICAL SYSTEMS 7094 S. REVERE PKWY CENTENNIAL, CO 80112 $298,813.00 8 WEEKS FROM NTP 8 WEEKS *LEAD TIME ON CARRIER ITEMS IS 7 WEEKS. THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. (91gLt 2019-2356 c7D.aI Hello