Loading...
HomeMy WebLinkAbout20200480.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 September 10, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Justice Services Remodel — Bid 2000038 Upon the completion of the project, the HVAC system would not maintain proper cooling. It was discovered that the design parameters for the roof top units needed to be adjusted. This change in design requires the system be rebalanced to achieve the new parameters. The cost of this building HVAC balance is $1,006.00. Building & Grounds is recommending approval of this change order so the HVAC will operate correctly and the job can be closed out. B&G is recommending approving this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director corl5e,e, 4e cr1/5 acl7i-17,m Z c -©DSO CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND GROWLING BEAR CO., INC This Agreement Amendment ("Amendment"), made and entered into 31 st day of August , 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 Growling Bear CO, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0480, approved on March 9, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order 004, dated August 26, 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: Gretchen Welch, Project Manager Printed Name Signature ATTEST: dit4410 `i. `+�;�.Li•O• ■ Weld County Clerk to the Board BY: a . Deputy Clerk to the Board APPRCD AS TO FU I Aiiat Controller APPROVE AS TO FORM: '6 e4tve,44-t_ County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ti ---tee Mike Freeman, Chair SEP 14 2020 PPROVED AS T!T . BSTANCE: Electe. •fficial or Department Head Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 353-6964 Fax: (970) 353-6974 Exhibit: Change Order # 004 Proposed Change Project Name Weld Project # 2004 To: Weld RE: Rebalance From: Gretchen Order County Justice County Buildings required Welch, Project 004 Services & Grounds per RFI 024 Manager # Title Date Schedule Impact Cost Impact Date Required Critical Trans # 008 Design rebalance required per RFI 024 08/26/20 n/a YES YES n �J ��'•� r- a , . ��� ypYixY}k,� u Yr..•v1r, �tti; .'`�? ih: �'� _���.. �,,,.,,,.���� .2 ..-....S ...-e>_ - � o��' - S�' � e..:f Ae; r�C'..'Ai lair t L v� 1� _ -�' ;..,t,� , _ ....'x� C,s.•,u, e.-. x rVt7 A i� W :J`-' •T.. � ���i� �= o�^f � ... s �, -'� i r i. U r: 4 .L -a. cam• t �' �> n'�3���w>zsrtc�:) �_..��:3`:' ' >> .�. �. �.. _ .`:5 ."r. it . t 2q '1 y" `� -,.�, `'-.:�__.,... ._Lt:1�-. Taxable. T cTotals- � ' Sales Tax �- . _ _.� _ ..., �..... --�..�.... _aa .✓~r tN � ' :ka:u .yy.+ F /,.1."'i �,� JV� t''" y � ...�2:! 42 �L: Y' � � _ .� .� ���hs (�`'' r�: �., �' � St. -"i�. tt i � . ��L '�-S`.'ti��..?.n. ��il �r�;�: �.`k:�� � .. - .._. ».fir=���v."��a�r�� 1 .+ �. .,. 001 Per attached, price to rebalance (2) RTUs per design change 1 LS $ 739.00 $ 739.00 0.00% $ - 002 $ - 0.00% $ - 003 $ - 0.00% $ - - - - 004 $ - 0.00% $ - 005 _ $ - 0.00% $ - 006 $ - 0.00% $ - 007 $ - 0.00% $ - _ _ w 008 $ - 0.00% $ - 009 $ - 0.00% $ - 010 $ - 0.00% $ - 011 $ - 0.00% $ - 012 - $ - 0.00% $ - 013 $ - 0.00% $ - 014 $ - 0.00% $ - - M .... _ ..�.,..�... _-- - -- $ _ _ 0.00% $ - 015 016 $ - 0.00% $ _ General Conditions _ $ - _ _ 0.00% $ - GL Insurance $ 10.82 per $1000 $ 16.00 $ 173.12 Overhead $ 912.12 percent _ 5.00% 45.61 Profit $ 957.73 percent 5.00% $ 47.89 Bonds $ 957.73 percent 0.00% - Sales Tax 6.90% $ - Total $ 1,006.00 0 Previous Adjusted Contract Value $ 623,417.00 Adjusted Contract Value $ 624,423.00 Air Comfort, Inc. 150 Rome Court, Fort Collins, CO 8O524 Office: (970)7190-1458 Fax (970) 49O-1 462 niww_aIrcormtortcolorado.corn Change Or er To: Growling Bear Attn: Gretchen Date: 8-14-20 CO#: 002 Project: Weld County Annex Project Location: Job#:20078E Description: Rebalance Balance and and Exclusions: Install: 2 side charge RTU's Total: $ 739.00 Furnish Re- Notes This Payment to be made as follows: 100% Due Upon Change Approval/Progress Order includes only the items specifically listed above Billing All material is to be as specified. will accrue interest at the rate of performed all costs, including reasonable alterations or deviation form the estimate. All agreements contingent fully covered by Worker's Compensation All invoices are due and payable within thirty one and on half (1 1/2) percent per month attorney's fees and interest shall above specifications involving extra costs upon strikes, accidents or delays beyond Insurance. Prepayment for specially (30) days until paid. Should be collected. will be executed our control. ordered equipment of All the date of litigation work to be only upon written Owner to carry is required. the invoice. All amounts unpaid within thirty (30) days or the said invoice be necessary to collect any amount due in owing pursuant to the work completed in a professional manner according to standard practice. Any orders, and will become an additional charge over and above the fire, tornado and any other necessary insurance. Our workers are This Change Order is Officially Offered by the Following Air Comfort Signature: Print Name: Inc. Representative: This CO may be withdrawn if not accepted Date of Offer within 10 Days of offer Acceptance of Change Order: Payment will be made as outlined Signature: The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to above. Print Name: Date of Acceptance: do the work as specified. Page 1of1 Lei (E) SUPPLY/RETURN UP TO O (E) ROOFTOP UNIT CONICAL SPIN -IN FITTING YATH MVO. TYP. 7 • • :8b EA UP TO ROOF CAP • (E)'SUPPLY UP TO ROOFTOP UNIT L x • • MECHANICAL PLAN - NORTH SCALE: 1/4"=1'-0" • I • ( L NORTH I'1ot 0 rp tM-1/Ar.-1 ACAC-IQN000 R UNIT) MECHANICAL PLAN - SOUTH SCALE: 1/4"=1'-0" i NORTH © (17E®Qojo GENERAL NOTES: 1. ALL DUCTWORK AND AIR DEVICES IN NORTH BUILDING ARE EXISTING TO REMAIN UNLESS OTHERWISE NOTED. 2. ALL MATERIALS USED IN NORTH BUILDING CEILING AND SOUTH BUILDING CORRIDOR CEILING TO BE RATED FOR USE WITHIN A RETURN AIR PLENUM. WORK NOTES: 1. EXISTING TO REMAIN. RELOCATE EXISTING SUPPLY DIFFUSER TO LOCATION SHOWN AND PROVIDE NEW DUCTWORK AS REQUIRED. PROVIDE NEW RETURN GRILLE 22"X11" SUPPLY MR AND 22-X11" RETURN MR UP TO NEW ROOFTOP UNIT. 5. DUCT UP THRU DEMOLISHED SKYLIGHT HOLE. SEE ROOF PLAN FOR CONTINUATION. 6. RETURN MR GRILLE. RETURN AIR TO ROUTE INTO CORRIDOR ABOVE CEILING RETURN AIR PLENUM. INSTALL GRILLE AT 7'-8" AFF (CORRIDOR CEILING AT 1-6"). 7. RELOCATE THERMOSTAT TO LOCATION SHOWN, 48" AFF. RE -BALANCE EXISTING SUPPLY DIFFUSER TO CFM LISTED. PROVIDE LINED SOUND ELBOW ABOVE CEILING WITH RETURN OPENING ON TOP OF DUCT. 2. .3. 4. 8. 9. CAIRN DESIGN way) sc&&cns 1805 Sheely Drive Fort Collins, CO 80526 voice: (970)-286-7968 cairndesignllc.com �d ENGINEERING !I3 See at/ct.r O ILL Sf3.67a I UM toaQ.r .', CO £J50r lac: 301e7Ltts: Jog NO. IYA7 K0[}w:.YLYs.:.c0Y PROJECT: WELD COUNTY JUSTICE SERVICES WEST ANN EX BUILDING SHEET TITLE: MECHANICAL PLAN ISSUE DATE: 02/10/2020 CONSTRUCTION SET REVISIONS: 8/20/20 - REVISION 1 PROJECT NO.: 1958 SHEET NO. M2.1 As Instruments of service. these drawings and the design represented me the ieana:mat prapertr of Cain Degn. LLC. Reproducton or ux of time drasa,ds other Ina, Icr the LrcRcl'nkrUcd a:'z4 mitten ceasent font the Oesrgres. is prohih:ted. Unauthorized use vial he sut;esi to legal anon. Gretchen Welch From: Sent: To: Subject: Attachments: Ken Caudle <ken@cairndesignllc.com> Wednesday, August 12, 2020 11:28 AM Gretchen Welch; Bob Watkins; Sterling Geesaman Fwd: 2004 WCJS - CRITICAL RFI 024 RTU Substitution balance image001 jpg Follow Up Flag: Follow up Flag Status: Completed Forwarded message From: Walter Shoup <wa'ter@pcdengineering.com> Date: Wed, Aug 12, 2020, 12:04 PM Subject: RE: 2004 WCJS - CRITICAL RFI 024 RTU Substitution balance To: Ken Caudle <ken@cairndesignlIc.com>, Peter D'Antonio <peter@pcdengineering.com> Ken: My suggestion would be to re -balance with the higher airflow. Looking at the performance of the air devices they submitted, the NC's should still be around or under 25 NC. Often in an office we allow up to 35 NC. But we would still want them to be aware that the air devices will be louder. If that is a problem, then maybe the freeze protection would be the way to go. Let me know and I can update the plans with the higher airflow at each device. BUILDING PERFORMANCE EXPERTS 888-840-4PCD toll free 303-678-1108 x715 www.pcdengineering.com 1 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 June 22, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Justice Services Remodel — Bid 2000038 The bid to remodel the new Justice Services location was awarded to Growling Bear. During construction, it was discovered that three conditions need corrected: 1. The exterior 3 -phase electric supply's main disconnect on the south building is not code compliant and will need to be replaced to make the system operational 2. The lighting systems for the north and south buildings are on different electrical panels due to existing composition of buildings. When leaving one building wing and enter the other wing at the new connection corridor, there is a missing switch on the drawings. To correct this: a lighting control switch, wiring, and occupancy sensor will need to be installed. 3. The exterior electrical panel on the north building is too close to the new connection corridor and prevents the exterior stucco finish to be installed. Therefore, the most economical solution is to move the panel to allow the needed clearances. To correct these items, a change order in the amount of $7,957.00 is needed. B&G is recommending approving this change order so the project can remain on schedule If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director B6- (iijs& C'- O14 -mow otOp20 D /k'd 13&- anaA, BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Justice Services Remodel - Change Order DEPARTMENT: Buildings & Grounds PERSON REQUESTING: DATE: 6-17-2020 Brief description of the problem/issue: During construction, it was discovered that three conditions need corrected: I. The exterior 3 -phase electric supply's main disconnect on the south building is not code compliant and will need to be replaced to make the system operational 2. The lighting systems for the north and south buildings are on different electrical panels due to existing composition of buildings. When leaving one building wing and enter the other wing at the new connection corridor, there is a missing switch on the drawings. To correct this: a lighting control switch, wiring, and occupancy sensor will need to be installed. 3. The exterior electrical panel on the north building is too close to the new connection corridor and prevents the exterior stucco finish to be installed. Therefore, the most economical solution is to move the panel to allow the needed clearances. To correct these items, a change order in the amount of $7,957.00 is needed. B&G is recommending approving this change order so the project can remain on schedule. What options exist for the Board? (include consequences, impacts, costs, etc. of options): Approve the change order so electrical items can be corrected. Recommendation: Place change order on an upcoming agenda so official approval can be done at a public meeting Mike Freeman, Chair Scott K. James Barbara Kirkmeyer Steve Moreno, Pro-Tem Kevin D. Ross Approve Recommendation ME Schedule Work Session Other/Comments: CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND GROWLING BEAR CO., INC This Agreement Amendment ("Amendment"), made and entered into 16th day of June , 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 Growling Bear CO, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0480, approved on March 9, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order 003, dated June 15, 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: Gretchen Welch as Project Manager, Growling Bear Print Signtr re ATTEST: Weld BY: dir.f&Q Jd..0:4,i lerk to . e Bo Deputy Clerk i%'the oard Controller County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO APPROVED AS TO FORM: Mike Freeman, Chair JUN 2 4 2020 PPROVED ASBSTANCE: lect-. Official or Department Head Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 353-6964 Fax: (970) 353-6974 Exhibit: Change Order #3 Proposed Change Order 003 Project Name Weld County Justice Services Project # 2004 To: Weld County Buildings & Grounds RE: Electrical Supply Issues From: Gretchen Welch # Title Date Schedule Impact Cost Impact Date Required Critical Trans # 007 Electrical Supply Issues 06/15/20 TBD YES ASAP TBD ✓f�1 _.. ra krUnits' tUnit Nit . , Taxable% Sales Tax Totals Install Code compliant 3 phase 001 service to building 1 Is $ 2,905.35 $ 2,905.35 0.00% $ - - Provide Architect directed OS at north building to control 002 lighting 1 Is Is Is $ 676.88 — — $ 676.88 0.00% $ Electrical sub - move panel costs as attached (includes possible 003 new panel cost) 1 004 GB patchback at panel relocate 1 $ 2,840.00 $ 614.00 $ 2,840.00 $ 614.00 0.00% $ $ - - 0.00% 005 006 __. $ - 0.00% $ _—_ $ ------ 0.00% $ 007 — — $ 0.00% $ 008 009 010 —_, $ 0.00% $ - 0.00% 011 0.00% $ - 012 $ 0.00% $ - 013 $ —__ 0.00% $ - 014 $ $ 0.00% $ - 015 016 0.00% $ - $ - 0.00% $ - General Conditions $ - 0.00% $ GL Insurance $ 7.04 per $1000 $ 16.00 $ 112.58 Overhead $ 7,148.81 percent 5.00% $ 357.44 Profit $ 7,506.25 percent 5.00% $ 375.31 — — Bonds $ 7,506.25 percent 1.00% $ 75.06 Sales Tax $ - Total $ 7,957.00 0 Previous Adjusted Contract Value $ 615,460.00 Adjusted Contract Value $ 623,417.00 6/15/2020 Growling Bear Co. Inc. Justice Services Buildout Weld County Building and Grounds 1105 H Street, Greeley, CO 80631 Attention: Sterling Geesaman, Contracting Officer Re: 2004 Weld County Justice Services, Change Order Proposal 3 Dear Sterling, In response to RFIs 015, 016, and 017, please see below for a breakdown of all additional costs o HS Electric o Materials and markup: RFI 015 Service materials RFI 016 Occ sensor material RFI 017 Panel relocate materials HS Electric Materials Sub Total o Labor and service charges: RFI 015 Service labor RFI 016 Occ sensor labor RFI 017 Panel relocate labor HS Electric Labor Sub Total o Growling Bear o Material: Non shrink grout 3/4" copper tube cap (2) GB Materials Sub Total o Labor: RFI 017 GBC Laborer RFI 017 GBC Carpenters GB Labor Sub Total $ 1,874.35 $ 336.88 $ 1,480.00 $ 3,691.23 $ 1,031.00 $ 340.00 $ 1,360.00 $ 2,731.00 $ 20.00 ea x 1 = $ 20.00 $2.00 ea x 2= $ 4.00 $ 24.00 $ 35.00 x 2hrs = $ 70.00 $ 65.00 x 8hrs = $ 520.00 $ 590.00 Total Cost $ 7,036.23 Respectfully submitted, Gretchen Welch Project Manager Growling Bear Company, Inc. 2330 4th Ave. Greeley, CO 80631 P: 970-353-6964 E: gwelchl@growlingbear.com 2330 4th Avenue, Greeley, Colorado 80631 Phone: 970-353-6964 Fax: 970-353-6974 RFI 015 Electrical service H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name / Address Growling Bear Co. 2330 4th Ave. Greeley, CO 80631 Estimate Date Estimate # 6/1/2020 634 Project Weld County Justice... Description Qty Rate Total Weld County Justice Services: 3 Phase Service: Provide and install two 200 AMP 3 phase fusible disconnects and 1 meter socket. Provide and install 54 circuit panel board to accommodate 240 delta voltage. Materials 1 2,048.71 2,048.71 Markup 1 307.31 307.3 I Labor 1 850.00 850.00 Credit for original panel board 1 -481.67 -481.67 Xcel Service charge 1 181.00 181.00 Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. Bid good for 30 Days Total $2,905.35 ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date RFI 016 Controls X12, 17 H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name / Address Growling Bear Co. 2330 4th Ave. Greeley, CO 80631 Estimate Date Estimate # 6/1/2020 635 Project Weld County Justice... Description Qty Rate Total Weld County Justice Services: Occupancy Sensor: Provide and install 1 ceiling mounted occupancy sensor and wire for corridor. Material Markup Labor Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. 1 1 1 292.94 43.94 340.00 292.94 43.94 340.00 Bid good for 30 Days Total $676.88 ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 RFI 017 - Electrical pan�lstematetion Name / Address Growling Bear Co. 2330 4th Ave. Greeley, CO 80631 Date Estimate # 6/15/2020 639 Project Weld County Justice... Description Qty Rate Total Weld County Justice Services Move Panel: This replaces estimate 636 from 6/8/2020 Provide labor and material to move exterior panel on North Building. Scope of work includes the following: - Change 3" LLB to 3" RLB - Eliminate spare 1 1/2" conduit - Move 3/4" conduit to left side of 2" conduit on top of panel and refeed a junction box in the hall. - Move 1/2" conduit to left of 3/4" conduit on bottom of panel. - Kick 2" conduit on top of panel and run new wire to interior panel. - Drill holes for new penetrations. Materials 1 550.00 550.00 Labor 1 1,360.00 1,360.00 Provide new panelboard to replace existing loadcenter. Materials 1 930.00 930.00 Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. To guarantee panel rating, pricing includes cost for new panel. Bid good for 30 Days Total $2,840.00 ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 May 13, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Justice Services Remodel — Bid 2000038 The bid to remodel the new Justice Services location was awarded to Growling Bear. After demolition was complete, it was revealed that this building has all its electrical conduit feeds buried in the concrete floor. Since most of the rooms are new there is not much impact because the electrical and data can be rerouted overhead without additional costs. However, all the exterior walls are brick. The most economical method to correct this issue at these locations is to have new sheet rock walls built in front and conduits concealed inside the wall for a professional office appearance. The cost for this change to conceal electrical and data behind new sheet rock walls at these locations will be $15,909. Buildings & Grounds is recommending this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director cc: f3GCTT/ SGT O5/19(O ©5/1g7o �ooLo- ©ego 6Gaa-2 CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND GROWLING BEAR CO., INC th This Agreement Amendment ("Amendment"), made and entered into I O day of May , 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 Growling Bear CO. INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020.0480. approved on March 9, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Change Order 002, dated May 11, 2020 is hereby incorporated as an exhibit to the agreement and the terms are included in the Agreement. • All other terms and conditions of the Original Agreement remain unchanged. IN WITNESS WHEREOF, the parties hereto have duly executed the Agreement as of the day, month, and year first above written. CONTRACTOR: Hve-/c A Printed Na Sigr ure ATTEST: 'i,40C 114 �I • ,L60• Weld County Clerk to the Board BY: Deputy Clerk to the Board APPROVED AS TO FUNDING: Controller APVED AS TO FORM: rIS County Attorney BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ke Freeman, Chair MAY 18 2020 ROVED AS TO T:NCE: lected ifficial or Department Head 070o`7O-O9 OO Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 353-6964 Fax: (970) 353-6974 Exhibit- Change Order 2 Change Order 002 Project Name Weld County Justice Services Project li 2004 To: Weld County Buildings & Grounds RE: Cover All Exposed Brick From: Chuck Pelon Sr. Schedule Date ft Tide Date Impact Cost Impact Required Critical Trans p 004 Per RFI - Cover All Exposed Brick 05/11/20 TBD Yes 05/12/20 TBD g ....�, �.r�:aai �,€!s., ...�,Sadu,�x`.�s..�.. ,,,. ... (, �_....�Yd.�,»,.�icl, .. ,.,�b�a�mSk� � ', �M$ �}� �\�,., aE�a�e9f�`896 T11 rr. "'i..\.. 001 Per On site direction and RFI $ 0.00% $ 002 Frame additional walls 1 Is $ 5,985.00 S 5,985:00 0.00% $ 003 Drywall and Finish same walls 1 is $ 8.217.50 $ 8,217.50 0.00% S 004 Approval by e-mail by EOD 5-12 $ 0.00% $ 005 will prevent any schedule delay $ 0.00% $ 006 and additional GCs 0 day $ 400.00 $ 0.00% $ 007 (Cost Per Day is from SOV) $ 0.00% 5 008 $ 0.00% $ 009 $ 0,00% $ 010 $ 0.00% $ an $ 0.00% 012 $ 0.00% $ 013 $ 0.00% $ 014 $ 0.00% $ 015 $ 0.00% $ 016 $ 0.00% $ General Conditions $ 0.00% $ GL Insurance $ 14.20 per $1000 $ 16.00 $ 227.24 Overhead $ 14,429.74 percent 5.00% $ 721.49 Profit $ 15,151.23 percent 5.00% $ 757.56 Bonds $ 15,151.23 percent 0.00% $ - Sales Tax 6.90% $ - Total $ 15,909.00 0 Previous Adjusted Contract Value $ 602,551.00 Adjusted Contract Value $ 618,460.00 DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 April 21, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Justice Services Remodel — Bid 2000038 The bid to remodel the new Justice Services location was awarded to Growling Bear. During the interior demolition, some items were discovered that need correction. These include damaged ceiling insulation, electrical conduit supports that do not meet codes, an obsolete electrical panel which needs replaced, a plumbing pipe that needs rerouted. To correct these items a change order in the amount of 12,743.00 is needed. Therefore, Buildings & Grounds is recommending this change order. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director :rez-Tow aeaa -o e/eit) f3� a 6aa CONTRACT AGREEMENT EXTENSION/AMENDMENT BETWEEN THE WELD COUNTY DEPARTMENT OF BUILDINGS & GROUNDS AND GROWLING BEAR CO., INC This Agreement Amendment ("Amendment"), made and entered into 20th 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 Growling Bear CO, INC. hereinafter referred to as the "Contractor". WHEREAS the parties entered into an agreement (the "Original Agreement") identified by the Weld County Clerk to the Board of County Commissioners as document No. 2020-0480, approved on March 9, 2020. WHEREAS the parties hereby agree to amend the terms of the Original Agreement in accordance with the terms of the Original Agreement, which is incorporated by reference herein, NOW THEREFORE, in consideration of the premises, the parties hereto covenant and agree as follows: • The Amendment, together with the Original Agreement, constitutes the entire understanding between the parties. The following change is hereby made to the Contract Documents: 1. Proposed Change Order 003, dated April 17, 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. ATTEST: .40 "d4 Weld BY: he Boar Deputy Clerk ,!. th - Board APPROVED AS TO FUNDING: APP OVED AS TOO FORM: County Attorney Controller BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Mike Freeman, Chair APR 2 7 2020 APPROVED AS TU : •'TANCE: Electe. •f al or Department Head ooao-ai/fO Growling Bear Co., Inc., 2330 4th Avenue, Greeley, CO 80631 Phone: (970) 353-6964 Fax: (970) 353-6974 Exhibit: Change Order/ Found Conditions To: From: Proposed Project Project RE: Name # Change Weld 2004 Weld Combine Chuck County County Felon Order Justice Buildings All PCOs - Sr. Services Found & 003 Grounds Conditions # Title Date Schedule Impact Cost Impact Date Required Critical Trans # X003 Combine All PCOs - Found Conditions 04/17/20 Yes Yes ASAP Yes 001 Ceiling Repair and Insulation 952 sf $ 4.6218 $ 4,400.00 0.00% $ _ - Support Existing Roof Conduits 002 per Code Requirements 1 Is $ 1,175.00 $ 1,175.00 0.00% $ - Replace faulty Pushmatic Breaker panel with Code 003 Compliant one 1 Is $ 1,630.00 $ 1,630.00 0.00% $ - Relocate Building Main Power to allow for new conector 004 construction 1 Is $ 1,970.00 $ 1,970.00 0.00% $ - 005 Plumbing Replacement 1 Is $ 1,680.00 $ 1,680.00 0.00% $ - Cut and Demo concrete for 006 repair of plumbing 8 mh $ 65.00 $ 520.00 0.00% $ - 007 $ - 0.00% $ - 008 $ - 0.00% $ - -__ . - .. .. . 009 $ 0.00% $ 010 $ - 0.00% $ - 011 $ - 0.00% $ - 012 $ - 0.00% $ - 013 $ - 0.00% $ - 014 $ - 0.00% $ - 015 $ 0.00% $ - 016 _ $ 0.00% $ - General Conditions $ - 0.00% $ GL Insurance $ 11.38 per $1000 $ 16.00 $ 182.00 Overhead $ 11,557.00 percent _ 5.00% $ 577.85 Profit $ 12,134.85 percent 5.00% $ 606.74 Bonds $ 12,134.85 percent 0.00% $ - Sales Tax 6.90% $ - Total $ 12,742.00 0 Previous Adjusted Contract Value $ 589,809.00 Adjusted Contract Value $ 602,551.00 G2 Construction LLC Scope of Work Replace insulation on west side of beam as needed 952Sq.ft Install 2 layers of drywall 952 Sq. Ft. Square footage used taken by Bob Watkins Drywall Material $1,200 Insulation Material $800 Drywall Labor $1,300 Insulation Labor $90• Demo Insulation $200 Change Order April 9, 2020 Weld county Justice services Growling Bear We propose to furnish material and labor in accordance with the above scope of work for the sum of: $4,400 All work is to be completed in a courteous, professional, workmanlike manner. G2 Construction LLC. Is not responsible for conditions that may exist that are not readily discernable prior to the commencement of work. Any cost associated with unknown circumstances shall be the responsibility of the homeowner. Work is limited to the scope of this proposal. Owner Signature: G2 Construction LLC: Date: Date: Cell: 970-576-6442 ° Email: aaron@g2built.com ° Address: 5805 Mangrove Ct Loveland Co 80538 ..e :≥ ..; H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name / Address Growling Bear Co. 2330 4th Ave. I Greeley, CO 80631 Description Qty Weld County Justice Services Remodel: Roof Conduit Supports Provide and install 12 roof topper supports for 2 line voltage conduits. Materials Labor Provide and install 6 roof topper supports for 1 low voltage conduit. Materials Labor Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. I Bid good for 30 Days Estimate Date I Estimate ## 4/6/2020 586 Project I Weld County Justice... Rate Total Total 620.00 170.00 300.00 85.00 620.00 170.00 300.00 85.00 $1,175.00 ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name / Address Growling Bear Co. 2330 4th Ave. Greeley, CO 80631 Description Qty Estimate Date Estimate # 4/6/2020 587 Project Weld County Justice... Rate Total Weld County Justice Services: North Building Panel replacement. Provide and install 42 circuit Siemens panelboard to replace existing Pushmatic loadcenter. Materials Labor Sheetrock repair not included in pricing. Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. 1 1 950.00 680.00 950.00 680.00 Bid good for 30 Days Total $1,630.00 ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date H -S Electric LLC 24284 County Road 43 La Salle, CO 80645 970-888-3077 Name / Address f -v -A- 7 l MMWp.WAYMWA WAW..YM%tltuK v Growling Bear Co. �� �. M�...,nMV,.A�q 12330 4th Ave. Greeley, CO 80631 Description Qty Estimate Date 4/9/2020 Estimate #7 589 Project 1 Weld County Justice... Rate € Total Weld County Justice Services: Replace feed to north panel. Provide and install new 2" conduit and feeder wires to north panel. Conduit will be run up to roof and down to panel. Roof penetration to be sealed by others. Materials Labor Any work not included in the scope of this bid will be considered an extra by H -S Electric LLC. The work will be completed after a change order is approved and signed by owner or owner's agent. Bid good for 30 Days ACCEPTANCE OF PROPOSAL - The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature & Date 1,120.00 850.00 1,120.00 850.00 .an. rm..a.M.n,....._.AY. I...1 aWol ..5C..,W„ ,.,.,... Total $1,970.00 I 1.400. Plumbing & Heating Specialists Plumbing Et Heating Speci..:Ji S ts, a n Ranch, CO 01 _� Ph�� �,. 720-891-0630 72x` 35, 4305 � � Harvard Lane, Highland ,s � =� .,�J� Phon, > > �� Fax ��m �� � ��� �l phspec®rnsn m corm Change Order #1 Project: Weld County Justice Annex Attention: Chuck Pelon Date 4/15/2020 Contract Amount: $36,915O0 Change Order #1 $ 1,680.00 Plumbing and Heating Specialists is pleased to submit this change order for the above reference project. This change order includes and furnishing all labor, material and equipment to complete the following work: To repair waterline that was damaged during concrete saw -cutting. I propose to tie onto existing 1- 1/2" underground water line reduce to 1" and install 1" waterline over to west watt underground. Price includes isolation valve where water line comes out of the concrete. Pipe it along west wall over to mechanical room where the drawing shows us tying onto existing 1" water service. GBC will have to saw cut and remove 3'X3' of concrete. PHS will excavate and backfill. Labor and Material $1,680.00 Labor $1,040,00 Material $ 640.00 C r P ZZ7 #3'I37 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD COUNTY & GROWLING BEAR CO INC JUSTICE SERVICES/WEST ANNEX BUII, )IIriG ODEL THIS AGREEMENT is made and entered into this 9ay of , 2020, by and between the County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County Commissioners, whose address is 1150 "O" Street, Greeley, Colorado 80631 hereinafter referred to as "County," and Growling Bear CO Inc. whose address is 2330 4th Ave. Greeley, CO 80631, hereinafter referred to as "Contract Professional". WHEREAS, County requires an independent contractor to perform the services required by County and set forth in Exhibits A and B; and WHEREAS, Contractor is willing to perform and has the specific ability to perform the required Services at or below the cost set forth in Exhibit B: WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibits A and B, each of which forms an integral part of this Agreement. Exhibits A and Bare specifically incorporated herein by this reference. County and Contractor acknowledge and agree that this Agreement, including specifically Exhibits A and B, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements. Exhibit A consists of County's Request for Bid (RFB) as set forth in "Bid Package No. B2000038". The RFB contains all of the specific requirements of County. Exhibit B consists of Contractor's Response to County's Request for Bid. The Response confirms Contractor's obligations under this Agreement. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Project described in Exhibits A and B which is attached hereto and incorporated herein by reference. Contractor shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements of Exhibits A and B within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until Contractor's completion of the responsibilities 3 /09120 , g,02.o 0000 0- O9'.0 et;ooaa described in Exhibits A and B. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. Therefore, within the thirty (30) days preceding the anniversary date of this Agreement, County shall notify Contractor if it wishes to renew this Contract. 4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 56 Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 6. Compensation/Contract Amount. Upon Contractor's continued successful completion of the work, and County's acceptance of the same, County agrees to pay an amount no greater than $586,809.00, which is the bid set forth in Exhibit B. Contractor acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by Weld County, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20) 7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's officers, agents or employees will not become employees of County, nor entitled to any employee benefits from County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through County and County shall not pay for or otherwise provide such coverage for Contractor or any of its agents or employees. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. 10. Confidentiality. Confidential financial information of Contractor should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, "CONFIDENTIAL." However, Contractor is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and proprietary nature of this confidential information and of the restrictions imposed by this agreement. 11. Warranty, Contractor warrants that the services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all services will conform to applicable specifications. 12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance and Indemnification. General Requirements: Contractors/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contractors/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The insurance coverage's specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Contractor/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Contractor, its agents, representatives, employees, or subcontractors. The The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. This paragraph shall survive expiration or termination hereof. Types of Insurance: The Contractor/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and. Employer's Liability Insurance covering all of the Contractor's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance with the minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products & completed operations aggregate; $1,000,000 personal advertising injury Automobile Liability: Contractor/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Contractors/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the Contractor/Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contractor/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contractor/Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, subcontractors, independent Contractors, sub - vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverage's required of Contractor/Contract Professional. Contractor/Contract Professional shall include all such subcontractors, independent Contractors, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contractor/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contractors, sub -vendors suppliers or other entities upon request by the County. 14. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 15. Examination of Records. To the extent required by law, the Contractor agrees that an duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 16. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Govert mental actions. 17. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. The County Representative for purposes of this Agreement is hereby identified as, Toby Taylor, Weld County Director of Buildings and Grounds. Either party may change its notice address(es) by written notice to the other. Notification Information: Contractor: Growling Bear CO Inc. Attn: Gary Shironaka Address: 2330 4th Ave Address: Greeley, CO 80631 E-mail: garyshironakal@growlingbear.com Telephone: (303) 637-0356 County: Name: Toby Taylor Position: Director of Buildings and Grounds Address: 1105 H Street, Greeley, CO 80632 Address: PO Box 758 E-mail: ttavlor@weldgov.com Facsimile: 970.304.6532 18. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 19. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 20. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 21. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 22. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24- 50-507. The signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 23. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 24. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. 25. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 26. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 27. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State ofColorado program, Contractor shall, within twenty days after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. ITNESS WHEREOF, the parties hereto have signed this Agreement this 020. CONTRACTOR: Gremlin r ear CO Inc. Name: ` 4 e 1.. „Ls, f 'e Title: prr5a Date day of WELD COU ATTEST: Weld • Clerk to the Bo : rd BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ifin. 3, Deputy CI:;' k tot e BoarMike Freeman, Chair MAR 0 9 2020 REQUEST FOR BID WELD COUNTY, COLORADO 1150O STREET GREELEY, CO 80631 DATE: DECEMBER 17, 2019 Exhibit A BID NUMBER: B2000038 DESCRIPTION: JUSTICE SERVICES REMODEL MANDATORY PRE -BID CONFERENCE DATE: JANUARY 6, 2020 BID OPENING DATE: JANUARY 20, 2020 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Controller/Purchasing Director (collectively referred to herein as, "Weld County), wishes to purchase the following: JUSTICE ,.T ERVICES REMODEL A rnandatorypr•e-bid conference will be held at 10:30 A.M, on January 6, 2020, at the Weld County Building located at 901 10th Avenue, Greeley, CO 80631 to respond to written and oral questions and to provide any needed additional instruction to Architectural, Engineering and General Contracting firms on the submission of bids. Bidders must participate and record their presence at the pre -bid conference to be allowed to submit bids. Bids for the above stated merchandise, equipment, and/or services 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 10:00 AM on January 20, 2020 (Weld County Purchasing Time _Clock). PAGES 1 - 10 OF THIS REQUEST FOR BIDS CONTAIN GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 -10 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 10. 2. INVITATION TO BID: Weld County requests bids for the purchase of the above -listed merchandise, equipment, and/or services. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. Merchandise and/or equipment shall be delivered to the location(s) specified herein. You can find information concerning this request at two locations: On the Weld County Purchasing website at httpsliwww.vveldgovecomidegartmentsfpurchasingfoids proposals I Gated under "Bids / Proposals / Tabulations". And, on the Bidnet Direct website =:t www.bidnetc rect.corn. 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 a v. c o m Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when we receive your bid/proposal. 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 0 Street, Room #107,Greeley, CO 80631. Please call Purchasing at 970-400-4223 or 4222 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to the bid of the individual signing. When requested by the Weld County Controller/Purchasing Director, satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bids may be withdrawn upon written request to and approval of the Weld County Controller/Purchasing Director; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1., entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller/Purchasing Director for the premature opening of a bid not properly addressed and identified. 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. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. Familiarization with the Work: Before submitting his Bid, each prospective Bidder shall familiarize himself with the Work, the site where the Work is to be performed, local labor conditions and all local, state and federal laws, ordinances, rules, regulations and other factors affecting performance of the Work. He shall carefully correlate his observations with requirements of the Contract Documents and Drawings and otherwise satisfy himself of the expense and difficulties attending performance of the Work. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph. Interpretation of Contract Documents to Prospective Bidders: Any prospective Bidder who discovers ambiguities or is in doubt as to the true meaning of any part of the Contract Documents or Drawings shall make a request to the Engineer for an interpretation thereof. Interpretations will be made only by Addenda, duly issued, and copies of each Addendum will be mailed or delivered to each Contract Document holder of record. Unless approved by the Controller/Purchasing Director, no interpretation Addenda will be issued within the last seven (7) days before the date set for opening of Bids. The Bidder shall be solely responsible for any interpretation of the Contract Documents or Drawings other than by duly issued Addenda. Preparation of the Bid: Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. Bids by partnerships must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership must be shown below the signature. B2000038 2 Bids by corporations must be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. Names of all persons signing must be printed below their signatures. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. Modification or Withdrawal of Bid: Bids may be modified or withdrawn by an appropriate document duly executed in the manner that a Bid must be executed, and delivered to the place where Bids are to be submitted at any time prior to the final time set for receiving Bids. Bidders may modify or withdraw Bids by electronic communication at any time prior to the time set for receiving Bids provided the instruction is positively identified. Any electronic modification should not reveal the amended Bid price, but should provide only the addition, subtraction or modification. A duly executed document confirming the electronic modification shall be submitted within three days after Bids are opened. The Controller/Purchasing Director may at her sole discretion, release any Bid at any time. 4. AWARD AND EXECUTION OF CONTRACT Basis of Award: Only firm Bids will be considered. The award of the Contract, if it is awarded, will be to the lowest responsible bidder whose Bid compares favorably upon evaluation with other Bids. Weld County intends to award the Contract to the lowest responsible Bidder within the limits of funds available and to best serve its interests. The County reserves the right to waive informalities and/or irregularities and to reject any or all bids. Evaluation of Bids: The evaluation of Bids will include consideration of Subcontractors and suppliers. All Bidders shall submit a list of all Subcontractors he expects to use in the Work with the Bid. The experience statement with pertinent information on similar Projects shall be furnished with the name of each Subcontractor proposed to perform work on the project. The use of Subcontractors listed by the Bidder and accepted by County prior to the Notice of Award will be required in the performance of the Work. All Bidders shall submit with their Bid a list of the suppliers as indicated in the Bid Forms. Contract Execution: The successful Bidder shall be required to execute the Contract and to furnish the Performance Bond, Labor & Materials Payment Bond and Certificate of Insurance within ten (10) calendar days of receipt of the Notice of Award. The Certificate of Insurance shall name Weld County as additional insured. Failure to execute the contract and furnish the required paperwork within the time frame mentioned above shall be just cause for the annulment of the Award and, in the event of such annulment, the Award may then be made to another Bidder, or the County may reject all Bids or call for other Bids. The County, within ten (10) days of receipt of acceptable Performance Bid, Labor & Materials Payment Bond, and signed Contract from the successful Bidder will issue the Notice to Proceed. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weid County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFP. 5. PERFORMANCE, LABOR, MATERIAL AND PAYMENT BOND The successful Bidder shall be required to execute the Performance Bond and Labor & Materials Payment Bond in the amount of 100% of the Contract plus the value of the force account items, covering the faithful performance of the Contract and the payment of all obligations arising there -under. The Bonds shall be executed on the forms included with the Contract Documents by a surety company authorized to do business in the State of Colorado and acceptable as surety to Weld County. The Bidder shall deliver the Bonds to the Owner not later than the date of execution of the Contract. B2000038 3 60 ONDIRECT COS IS Governmental Fees: The cost of all construction licenses, building and other permits, and, tvernrnental inspections requiredpublic authorities o formin the' k which areapplicable atthetime Bids are opened p regal e by. f for Work,p and which are not specified eced to be obtained by the Coup shall be included in he Bid price. p � Ro aloes: The cost of all royalties and license fees on equipment and materials to be furnished and incorporated In a ork shall be included in the Bid price. Utilities: Unless otherwise specified, the Bidder shall include in his Bid the cost of all electrical, water, sanitary, gas, telephone, and similar facilities and services required by him in performing the Work. Cash Allowances: The Bidder shall include in his Hid such sums as he deems proper for overhead costs and profits on account of cash allowances named in the Enid Documents. 7 SD c' CONDITIONS Familiarization with the Site: e prospective Bidder shall by careful examination, satisfy himse Nature and location of the site where the Work is to be performed. Character, quality, and quan encountered. f of the following: ity of surface and subsurface materials, water, structures and utilities to be Character of construction equipment and facilities needed for performance of the Work. General local conditions. Availability of lands as set forth in the General Conditions. Access to the Site: The Bidder shall carefully review the Drawings and the Project Special Concitions for prvisions concerning access to the Ste during performance of the Work. The Mader shall carefully review the locations of the site when'-} tre wok is to be performed. The odder shall make all arrangements, as deemed necessary, for access to property outside of County ',fight of Way, prior to beginning th i work. SUCCESSFUL BIDDER HIRING PRACTICES — ILLEGAL ALIENS Successful bidder certifies, w;Jrants, and -grees 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 ernplyees who are newly hired for employment in the United States to perfume work under this Agreement, through participation in the E -Verify program or the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Successful bidder shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Successful bidder that th -- subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreed ent. Successful bidde7 shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employs ,gent screening or job applicants while this Agreement is being performed. Of Successful bidder obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien Successful bidder shall notify the subcontractor and County within three (3) days that Succt ssful bidder has actual knowledge trat a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor d.es ;,.,;t stop employing r contracting with the illegal alien within three (3) days of receiving notice. Successful bidder shall not terminate the contract 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. §8-1 7.52 02(5), by the Colora .. Department of Labor and Employment. If Successful bidder p trticioates in the State of Colorado program, Successful bidder shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Successful bidder h --3s examined the legal work status of such employee, retained file copies of the B2000038 4 documents, and not altered or falsified the identification documents for such employees. Successful bidder shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee, and shall comply with all of the other requirements of the State of Colorado program. If Successful bidder fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq., County, may terminate this Agreement for breach, and if so terminated, Successful bidder shall be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Successful bidder receives federal or stele 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 t § 24-76.5- 103(4), if such individual applies for public benefits provided under the contract. If Successful bidder operates as a sole proprietor, it hereby swears r 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. 9. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within th t, 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 cnfidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contract • r The successful bidder shall perform its duties hereunder as -gin independent cntrac:or and not as an employee. He or she shall be solely responsible for its acts and those if 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 t0 be an agent or employee of Weld County. The successful budder 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 B2000038 5 contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretati,•n, execution, and enforcement of the contract. Any provision included or incorporated hrrein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary EnNrcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. I. Disadvantaged Business Enterprise: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall faithfully perform the work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent contractors performing construction services of a similar nature to those described in this Agreement. The successful bidder shall further be responsible for the timely 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 decisi.n to withhold payment or to terminate this Agreement. 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 successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension r odificatUAny amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, The successful bidder's rights with respect to such additinal services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not B2000038 6 enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty_ Contractor warrants that construction services performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all construction services shall be performed by qualified personnel in a professional and workmanlike manner, consistent with industry standards, and that all construction services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a one year warranty period during which Contractor must correct any failures or deficiencies caused by contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project. P. Non -Assignment. The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Compliance with Davis -Bacon Wage Rates. The successful bidder understands and agrees that, if required by the Scope of Work, the work shall be in compliance with the Davis -Bacon Wage Rates. B2000038 7 V. Board of County Commissioners of WeOd County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. W. Compensation Amount. Upon the successful bidder's successful completion of the construction of the Project, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the Director of Weld County Public Works, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement 10. INSURANCE REQUIREMENTS General Requirements: Successful bidders/Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Successful bidders/Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller/Purchasing Director by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Successful bidder/Contract Professional. Successful bidder/Contract Professional shall be responsible for the payment of any deductible or self -insured retention. County reserves the right to require Successful bidder/Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self - insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Successful bidder/Contract Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Successful bidder from liabilities that might arise out of the performance of the work under this Contract by the Successful bidder, its agents, representatives, employees, or 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/Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The successful bidder stipulates that it has met the insurance requirements identified herein. The successful bidder shall be responsible for the professional quality, technical accuracy, and quantity of all construction services provided, the timely delivery of said services, and the coordination of all services rendered by the successful bidder and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The successful bidder shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or 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 B2000038 8 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 construction methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. 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/Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Comp:. ns; toon Insurance as required by state statute, and Employer's Liability Insurance covering all of the successful bidder's Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a 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. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers Liability) $ Statutory 500,000 500,000 500,000 Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93 or equivalent, covering premises operations, explosions, collapse and underground hazard, personal advertising injury, fire damage, independent Contractors, products and completed operations, blanket contractual liability, personal injury, liability assumed under an insured contract (including defense costs assumed under contract, designated construction projects(s) general aggregate limit, ISO CG 2503 or equivalent additional insured —owners, lessees or successful bidders endorsement, ISO Form 2010 or equivalent, additional insured —owners, lessees or successful bidders endorsement, ISO CG 2037 or equivalent, the policy shall be endorsed to include the following additional insured language on the additional insured endorsements specified above: "Weld County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations" and the minimum limits must be as follows: $1,000,000 s-: ach occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury $50,000 any one fire; and $500,000 errors and omissions. $5,000 Medical payments one person Automobile Liability: Successful bidder/Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. For all general liability, excess/umbrella liability, liquor liability, pollution liability and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier. B2000038 9 Successful bidders/Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided, a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid or Request for Proposal. Proof of Insurance: County reserves the right to require the successful bidder/Contract Professional to provide a certificate of insurance, a policy, or 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/Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all cverages, Successful bidder/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 a I of the requirements herein and shall procure and maintain the same coverages required of Successful bidder/Contract Professional. Successful bidder/Contract Professional shall include all such subcontractors, independent contractors, sub - vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Successful bidder/Contract Professional agrees to provide proof of insurance for all such subcontractors, independent contractors, sub -vendors suppliers or other entities upon request by the County. A provider of Professional Services (as defined in the Bid or RFP) shall provide the following coverage: Professional Liability: Contract Professional shall maintain limits of $1,000,000 for each claim, and $2,000,000 aggregate limit for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the successful bidder as part of the Contract. Successful Bidders Pollutoon Liability: Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions (including asbestos) that may arise from the operations of the successful bidder described in the Successful bidder's scope of services. Policy shall cover the successful bidder's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escapr of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materiAs, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the successful bidder warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed. The policy shall be endorsed to include the following as Addi isnal Insureds: "Weld County its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers named as an additional insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Successful bidder, including completed operations". Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. B2000038 10 Weld County Justice Services/West Annex Building Remodel SCOPE OF WORK: This is a request for proposal to selectively demolish and reconfigure the interior partitions and office space, and construct a building connector for the Justice Services/West Annex Building. The address for this remodel is 901 10th Avenue, Greeley, CO 80631. 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, glazing, aluminum storefront, flooring, ceilings, lighting, electrical, mechanical and plumbing systems. (See Attached Construction Documents) 2. Remove and replace existing roof. 3. New carpet and rubber/vinyl wall base is furnished and installed by Owner. All other flooring is by contractor as noted in the drawings. 4. The existing fire alarm and sprinkler systems will need to be modified by a State authorized design/build contractor. The fees associated with this are responsibility of bidder. 5. Contractor shall develop a construction schedule highlighting milestones and activities. Schedule will be submitted with this proposal. 6. The construction contract documents are attached to this solicitation. 7. Asbestos abatement if any, will be completed by owner and should not be part of the contractor's bid. 8. Anticipated contract date is February 3, 2020. Provide proposed start and finish date based on this start date. 9. Project will be permitted through Weld County. Fees for permits will be waived. 10 Installation shall meet all applicable building codes. 11 Davis -Bacon and Buy American requirements are NOT required. 12. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 13. Contractor parking, waste removal and material laydown outside the structure is limited. Contractor to coordinate minimum needs with Owner. 14. Weld County is a tax-exempt entity. 15. Contractor will be required to enter into a contract for this service. A mandatory pre -bid conference will be held on January 6, 2020 at 10:30 AM, at the Weld County Building located at 901 10th Avenue, Greeley, Co. Bids will be received up to, but not later than January 20, 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). TOTAL $ START DATE FINISH DATE B2000038 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B2000038. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY (Please print) BUSINESS ADDRESS CITY, STATE, ZIP CODE DATE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 -10. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller/Purchasing Director B2000038 12 Justice Services Renovation B2000038 Questions & Answers 1. Will pre -bid questions be accepted until — Monday, January 13, 2020 at 5:00pm? Answer: Yes 2. WED the entire site need to be protected with temporary fencing? Answer: Only the active construction and storage areas. 3. Please confirm all building permit fees will be waived. Answer: yes, building permit fees w,wWb waived. 4. Will there be any permits required for sidewalk closures? If so, will the fees be waived? Answer: There maybe fees for sidewalk closures through the City of Greeley. The contractor will be responsible for those fees. S. Kawneer storefront is specified in the division 08 specs. Can Old Castle be substituted? Answer: Other manufacturers may be substituted for review and approval. 6. Are there any required or preferred fire alarm contractors? Answer: No preferred contractors. However, the installed system shall be FireLite. 7. Are there any required or preferred fire sprinkler contractors? Answer: No preferred contractors. 8. It was observed that there are no fire sprinklers in the south building. Notes on the front page of the plans suggest that there is no additional fire sprinkling is required. Please confirm. Answer: Only the basement level of the North building is sprinkled. No additional fire sprinkler work is required with this design approach 9. With limited site parking, will contractors be required to pay for street parking. What will daily rates be? Answer: -there wi] riot be any on -site parking. Any parking needs for contractors or subcontractors \MU need to be coordinated with the City of Greeley. 10. Can an additional job walk be arranged for subcontractors to do a site visit? Answer: Ho. 11. Is there an established estimate or budget for this project from the Architect? Answer: The Architect has not established a oudget for the construction. 12. Are there be any new window shades to be included in the project? Answer: No, owner will provide new shades, 1 13. Page 10 of the instructions to bidders talks about Pollution Insurance. The nature of the work on this does not involve a pollution risk. Can the cost for this insurance policy be omitted from the bid estimate? Answer: Yes 14. The roof plan seems to be missing a section of roof on the north building on the west side of the building (see attached photos). Please confirm. Answer: Yes, please include the walkway covering in bid for new roof. 15. The existing roof appears to be rock ballast over rubber membrane. We assume there is insulation and plywood substrate under that. Please confirm. Answer: The construction of the existing roof is unknown. 16. Please confirm the existing exterior Kawneer system is the Encore system 1 %" X 4 %" as stated on sheet A-04. Visually, it appears to be the Kawneer VG451T 2" X 4 l4". Ans.{>>er: Confirm existing storefront system with Kawneer, 17. What is the exterior aluminum storefront color? Answer: The new storefront will be dark bronze. The existing storefront (currently blue) will be field painted to match. Contractor to submit color samples during construction. 18. Please confirm if the intent is to remove the entire storefront framing (2 -bays) in order to install one continuous sub sill. Answer: The intent is to provide the infill where the doors are being removed and to be weather tight. If the two bays have to be removed to achieve this, the contractor shall include it in the bid. 19. On door hardware, it says in specs to match existing, but it also lists out specs for Locks/levers/strikes/hinges/gasketing/stops/closures & exit devices. I took a picture of what is existing in the building now. My door subcontractor said the existing is different then what is listed in the specs. My question, do we go by specs or what is existing? Answer: Any new hardware in the North Building shall match the North Building. All hardware for the connector and South Building shall be per specification. 20. Specs call for Corner Guards on outside corners. Can we get a count to how many that would be, not identified on drawings. Answer: The contractor shall do a take -off based on the drawings. 21. Any signing in scope? If so specs & locations. Answer: Standard signage to obtain appropriate certificate of occupancy is required to be provided by the general contractor. Additional signage will be provided by the County. 22. Not all skylights are being removed, do some stay? Answer: All skylights are to be removed, patched, insulated (polyiso and batt as required) and roofed. Some existing skylight openings in the South Building are being 2 used for duct work. New curbed openings are to be provided. The North Building skylight will be removed and patched. Remove drywall and framing for North Building skylight and extend first floor grid ceiling to cover. 23. If 3rd party special inspections are required for testing and inspecting structural elements and concrete, will that cost be by the owner or does the GC need to include? Answer: 3rd Party testing will be provided by the County. 24. Please confirm if the existing roof is structurally sloped or will need tapered insulation once replaced. Answer: The construction of the existing roof is unknown. The roof scope shall be revised to remove existing ballast, remove existing membrane, replace any damaged or rotten decking or insulation, cover with 1/4" Densedeck and provide new membrane and replace ballast 25. Any work to interior brick walls? Answer: Cleaning and patching per drawings, sheet A-10. 26. Exterior painting consist of window/door frames, concrete wainscot and trim at roof? No brick work? Answer: Exterior doors are to be painted as well. All painted exterior surfaces shall be painted. No brick work is required. 27. Security, Fire Alarm and HVAC Controls — is their specific subcontractors we need to use that currently handle the scope for Weld County? Answer: There is not a specific fire alarm company. However, the fire system shall be FireLite. Security contractor will be the County's responsibility. The HVAC controls are standalone. 28. Sheet EO: Electrical Spec #7: only stating EMT to be used. Will MC Cable be allowed? Answer: MC cable is acceptable where conce let 29. Drawings state the existing floor slab needs to be patched and leveled. Is there a specific area that needs leveled? Answer: With the exception of the hole in the existing storage room which gets an infill slab, patching and leveling quantity is unknown. After the carpet is removed and the demolition is complete, patching of any holes and damaged concrete shall be patched prior to carpet installation. 3O. Basement, does it receive all new flooring? Answer: Yes, carpet provided & installed by owner. 31. Does entire basement area get a fresh coat of paint? Answer: Yes, all finished areas which also includes the basement. 32. Bid due date is listed as Jan 20th, 202O. This is MLK day. Is this due date still actual? Answer: No, the bio due date is now Feb. 3rd, 2020 @ 10:00 AM. 3 33. Is a bid bond required? Answer: No bid bond is required on this project. However, a payment and performance bond will be required for selected contractor. 34. Steel beams have a 9'-4" spacing callout, with no joists in between. Is this a correct callout for the decking to span? Answer: This is correct. Three-inch deck, in lieu of typical 1 1/2" deck is being used to span this distance. 35. Please confirm the exact glass make-up for the exterior storefront. Are we to match existing and if so, what is existing? Answer: The glass is unknown. The contractor shall coordinate with their glass supplier. 36. Is electronic submission truly the preferred method? Answer: Yes. If a hard copy is provided, then also provide an electronic copy on a flash drive. 37. #5 of the RFP discusses bonding on contract amount plus force account, can you give clarification as to what you mean by force account? Is this on potential change orders? Answer: The force account for this project is not required. 38. Can you also provide an example contract? It is listed as attached but I don't believe it was. Answer: Sample contract can be obtained by contacting the Weld County Purchasing Department. 39. Please confirm the existing Model# and Serial# for the (4) roof top units that are scheduled to be replaced in the south part of the building. Answer: Existing Model and Serial Numbers (from north to south): a. RTU-1 MN - Goodman PGB030100 SN — 9905618191 a. RTU-2 MN — Goodman PGB024O75 SN - 0004638591 a RTU-3 MN - Goodman PGBO24O75 SN - 0008610379 a. RTU-4 MN -- Goodman PGB030100 SN - 0905618190 40. Please confirm if the existing roof top units in the south part of the building are original to building. If not, do you have existing curb dimensions available? 4 Answer: follows: They do not appear to be original. New curbs shall be provided as RTU-1 — 52"x44' RTU-2 — 52"x39" RTU-3 — 52"x39" RTU-4 52"x /]" 41. On the existing buildings what is the existing substrate metal, concrete or wood? Note 10 on A13 says to patch deck after demolition of refrigerant lines and unused skylights. Answer: The roof construction is unknown. The assumption is wood deck. 42. On the existing buildings where is the slope and how are the roofs draining? Answer: The South Building slopes toward the west and drains to gutters. The North Building slopes to internal roof drains. 43. On the existing buildings there appears to be a missing roof portion that is shown on google earth is that to be included in the drawings and if so can a new roof plan be sent out to scale to reflect that? Aswer: This is to he included. The revised roof plan is attached. 44. On the existing buildings is there currently a slope or are we to add the slope with full taper? Answer: The roof scope shall ne revised to remove existing ballast, remove existing membrane, replace any damaged or rotten decking or insulation, cover with 1/4" Densedeck and provide new membrane and replace ballast. The existing slope is to remain. 45. On the new connector building is that roof to be structurally sloped or are we to add full taper and where is that roof draining to and is it to a gutter, drain or scupper? Answer: Refer to drawings A-13, A-21 and A-31. Gutters and tapered insulation are shown. 46. 2 layers of 1.75" R=20 insulation to be the base minimum insulation thickness? Answer: Yes, R-20 is the minimum on the new portion. The thickness may be manufacturer dependent. 47. Are the Gas line supports on the existing buildings to be replaced and if so with what and how many? Answer: All gas line, electrical and similar supports are to be replaced along with the roof per code and roof manufactureVs requirements. 48. How many existing pipe penetrations are on the existing buildings? Answer: There are approximately 5 vent, 1 gas, 3 fans, 6 RTU curbs, 6 RTU elec and 4 electrical penetrations. 49. There appears to be some expansion joints or something from the photos that were taken. If this is the case how many are there and is there a detail for them? Answer: Expansion joint locations are unknown. 5 50. There appears to be more mechanical penetrations on the google earth image then are depicted on the drawings. Is there a count and size for the penetrations? Answer: There are approximately 5 vent, 1 gas, 3 fans, 6 RTU curbs, 6 RTU elec and 4 electrical penetrations. 51. Are we to add all new wood that is shown on details drawings including at the top of the parapet? Answer: The parapets are to remain. The roof scope shall be revised to remove existing ballast, remove existing membrane, replace any damaged or rotten decking or insulation, cover with 1/4" Densedeck and provide new membrane and replace ballast. 52. Do the existing parapets support the height of the base insulation and full taper if it is indeed full taper? Answer: The parapets are to remain. The roof scope shall be revised to remove existing ballast, remove existing membrane, replace any damaged or rotten decking or insulation, cover with 1/4" Densedeck and provide new membrane and replace ballast. 53. Who is responsible for framing the parapets? Answer: Any work related to this will be the responsibility of the winning bidder and/or sub -contractors; not the County 54. What is the height above the finished roof system desired for the new parapet height? Answer: Refer to plans and Questions & Answers. 55. The minimum height above the structure for the additional parapet appears to require engineering ( 10 " minimum to a gravel stop edge, let alone a coping cap) stacking blocking or creating a free standing parapet are both unadvisable without engineering. Answer: The parapets are to retain. The roof scope shall be revised to remove existing ballast, remove existing membrane, replace any damaged or rotten decking or insulation, cover with 1./4" Densedeck and provide new membrane and replace ballast. 56. What shall be the Finish on the exterior wall of the new parapets? Answer: The existing parapets are to remain. The connector exterior is EIFS. 57. The current perimeter height is approximately 4" new perimeter insulation thickness shall be 8" to 12" thick depending on location of the roof drains. Answer: The parapets are to remain. The roof scope shall be revised to remove existing ballast, remove existing membrane, replace any damaged or rotten decking or insulation, cover with 1/4" Densedeck and provide new membrane and replace ballast 58. Will an average R- value be permitted? Answer: The stated R values shall be minimum. Additional Notes: 1. New EPDM roofing shall be Class A Fully Adhered (EPDIV1) for the connector. The replacement roofs for the North and South Buildings shall be Class A Ballasted (EPDM) 6 2. The South Building will get new AHU and Fan curbs. 3. All roof mounted utilities will be routed over new roof with new supports. 7 Justice Services Renovation B2000038 questions & Answers 1. Can you provide a roofing "cut open" and details regarding findings? Answer: Yes. Under the ballast is a wood deck with 3/4" foam board. Picture of cut below Justice Services Renovation B2000038 Questions & Answers No. 3 01-28-2020 Answer 43 on the bid response inaccurately stated, "The revised roof plan is attached". This statement should be deleted. Therefore, modify answer to Question 43 as stated below: 43. On the existing buildings there appears to be a missing roof portion that is shown on google earth is that to be included in the drawings and if so can a new roof plan be sent out to scale to reflect that? Answer: This is to be included and was observable during the mandatory pre -bid meeting. Exhibit B Weld County Justice Services/West Annex Building Remodel SCOPE OF WORK: This is a request for proposal to selectively demolish and reconfigure the interior partitions and office space, and construct a building connector for the Justice Services/West Annex Building. The address for this remodel is 901 10th Avenue, Greeley, CO 80631. 1. This project will involve selective demolition and reconfiguration of interior partitions, doors, frames, hardware, glazing, aluminum storefront, flooring, ceilings, lighting, electrical, mechanical and plumbing systems. (See Attached Construction Documents) 2. Remove and replace existing roof. 3. New carpet and rubber/vinyl wall base is furnished and installed by Owner. All other flooring is by contractor as noted in the drawings. 4. The existing fire alarm and sprinkler systems will need to be modified by a State authorized design/build contractor. The fees associated with this are responsibility of bidder. 5. Contractor shall develop a construction schedule highlighting milestones and activities. Schedule will be submitted with this proposal. 6. The construction contract documents are attached to this solicitation. 7. Asbestos abatement if any, will be completed by owner and should not be part of the contractor's bid. 8. Anticipated contract date is February 3, 2020. Provide proposed start and finish date based on this start date. 9. Project will be permitted through Weld County. Fees for permits will be waived. 10. Installation shall meet all applicable building codes. 11. Davis -Bacon and Buy American requirements are NOT required. 12. Bids over $50,000 will require a payment (100%) and performance (100%) bond. 13. Contractor parking, waste removal and material laydown outside the structure is limited. Contractor to coordinate minimum needs with Owner. 14. Weld County is a tax-exempt entity. 15. Contractor will be required to enter into a contract for this service. A mandatory pre -bid conference will be held on January 6, 2020 at 10:30 AM, at the Weld County Building located at 901 10th Avenue, Greeley, CO. Bids will be received up to, but not later than January 20. 2020 at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). TOTAL $ START DATE 02/10/20 FINISH DATE 06/30/20 82000038 11 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for bid for Request No. #B2000038. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM Growling Bear Co Inc BUSINESS ADDRESS 2330 4th Ave BY Gary Shironaka (Please print) DATE 01/31/20 CITY, STATE, ZIP CODE Greeley, Co 80631 TELEPHONE NO 970.353.6964 FAX 970.353.6974 SIGNATUR TAX ID # 84-0673636 E-MAIL garyshironaka1@9rowlingbear.com **ALL BIDDERS SHALL PROVIDE A W-9 WITH THE SUBMISSION OF THEIR BID** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. DO NOT NEED TO SEND BACK PAGES 1 -10. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Barbara Kirkmeyer, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller/Purchasing Director B2000038 12 ern W-9 (Rev. November 2017) Department ofthe ue SeeMc e Treasury Internal Request for Taxpayer Identification Number and Certification to www.frs.gov/ForrfW9 for instructions and the latest information. Give Form to the requester. Do not send to the IRS.II.Go m Print or type. R IN S Specific Instructions on pag 3 I Name (as shown on your income tax return). Name Is required on this line: do not leave this line blank Growling Bear Co Inc 2 Busktess name/disregarded entity name, if dff rent from above 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the following seven boxes, 4 Exemptions certain entitles, instructions Exempt payee Exemption code Of any) *Mpree roscow* (codes apply only to not individuals; see on page 3): code Ii any) ■ IndlvlduaVsole proprietor or 0 C Corporation ■ S Corporation O Partnership ■ Trust/estate single -member LLC company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) appropriate box in th line abov for the tax classification of the single -member own is classgfef as a dngle-member LLC that is disregarded from the owner unless th own is not disregarded from th own r for U.S. federal tax purposes. Otherwise, a single from the owner should check the appropriate box for the tax c asaificadot of its owner. ► ► from FATCA r porting • Limited liability Note: Check the LLC if the LLC another LLC that Is disregarded r. Do not check r of the LLC Is -member LW that mrn•4mdoutside the U.50 II Other (see Instructions) 5 Address (number, street, and apt. or suit no.) See Instructions. 2330 4th Ave R quester's name and address (optional) 6 City, state, and ZIP code Greeley, CO 80631 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) your TI in the appropriate box. The TI provided must match the name silvan on line 1 to avoid Social security number backup withholding. For individuals, this is g care ly your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded ntity, se the instructions for Part I, later. For other entities, it is your employer identification number (EIN). if you do not have a number, see How to get a TIN, later. Note: If the account is in more than one nam , see the instructions for line 1. A so s e What Name and Number To Give the Requester for guidelines on whose number to enter. or Employer identification number 8 4 0 6 7 3 6 3 6 Part II Certification Under penalties of perjury, I certify that: 1. The numb r shown on this form is my corr ct taxpay r identification number (or I am waiting for a numb r to be Issued to me); and 2. I am not subject to backup withholding because: (a) I am xempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. I am a U.S citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) Indicating that I am exempt from ATCA reporting is correct. Certification Instructions. You must cross out Item 2 above if you have been notifi d by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax r turn. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirem nt arrangement (IRA), and generally, payments other than int rest and dividends, you are not r quired to sign the certification, but you must provide your correct TIN. Sea the instructions for Part II, later. Signature of /G U.S. person ► Sign Here Gate Ir.01/30/2020 General Instructions Section refer noes are to the Internal Revenu Code un ass otherwise noted. Future developments. For the latest Information about developments related to Form W-9 and its instructions, such as I gislation nacted after they were published, go to www.lrs.gov/FormW9. Purpose of Form Art individual or entity (Form W-9 requester) who is required to file an information r turn with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification numb r (ITIN), adoption taxpayer identification number (ATIN), or amp oyer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns Include, but are not limited to, the fol owing. • Form 1099-INT (interest earned or paid) • Form 1099-DIV divid nds, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-6 (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canoe d d bt) • Form 1099-A (acquisition or abandonment of secured property) Us Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 11-2017) ADDENDUM#1 BID REQUEST NO. B2000038 B2000038 — JUSTICE SERVICES REMODEL Buildings & Grounds Dept. Due to questions related to this bid that will take time to develop answers and also provide adequate time for contractors to develop pricing, the due date for bid will be extended two weeks. Therefore, the following changes to page one of the bid documents are: 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: 10:00 AM on February 3, 2020 (Weld County Purchasing Time Clock). ***We need signed copy on file. Thank You!*** Addendum received by: January 14, 2020 Growling Bear Co Inc FIRM 2330 4th Ave ADDRESS Greeley, CO 80631 CITY AND STATE BY gary sh i ronaka 1 Rgrowl ingbear. c om EMAIL ADDENDUM#2 BID REQUEST NO. B2000038 B2000038 - JUSTICE SERVICES REMODEL Buildings & Grounds Dept. The roof plan on Sheet A-13 has been updated to coincide with the Questions and Answers. This addendum is for acknowledging the updated Sheet A-13. ***We need signed copy on file. Thank You!*** Addendum received by: Growling Bear Co Inc FIRM 2330 4th Ave ADDRESS Greeley, CO 80631 CITY AND STATE BY garyshironakal(c growlingbear.com EMAIL January 30, 2020 CRAFDEC-01 KLAVINE AWRO" kilemer CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 2125/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(Ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Bradley Insurance Group 3401 W. 38th Avenue Denver, CO 80211ss INSURED Craftsman Decorating Inc 403 16th Street Greeely, CO 80631 ADT Michael Bradley PHONE FAX WC, No, Eatl _ I _(RC, 11044P1) service©bradleyinsurancegroup.com NAIC#-_ 10804 41190 INSURERS) AFFORDING COVERAGE ,INSURER A : Continental Western Insurance INSURER B_Pinnacol AssurancB.__. INSURERC _INSURER_D: ____..,_ INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: THIS INDICATED. CERTIFICATE EXCLUSIONS INSR LTR IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY ADOLISUBRI POLICY EFF-1 TYPE OF INSURANCE = INSD `WVD i POLICY NUMBER INNIIIDDIYYYYI TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PAID CLAIMS, POLICY EXP -,- IMMIDD/1 YYW LIMITS A X COMMERCIAL GENERAL LIABILITY 1[ -i X X Ded $250 X 'Per Claim EM GLAGGREGATE LIMIT APPLIES PER : POLICY xJELQT 1 LOC ( s OTHER I X ADV3171681.22 7/112019 -F + 7/1/2020 • DAMAGETORENTED P13EMlSES (Ea 9csbirrence)_ I MED EXP (Anyone person) I PERSONAL & ADV INJURY I GENERAL AGGREGATE + PRODUCTS_COMP/OP AGG 1,000,000 I?. $ 10,000 $ 1,000,000 $ 2,000,000 $ _-_ 2,000,000 $ A AUTOMOBILE LIABILITY X ' ANY AUTO OWNED'! AUTOS REONLY L_ ..... AUTOS ONLY ( X SCHEDULED " AUTOS -.. i AUTOS ONLY i I I X CPA3171696-22 I 7/1/2019 1 COMBINED SINGLE LIMIT (EaAcsxdenU __ 7/1/2020 r BODILY INJURY (Perpersonl BODILY BODILY INJURY {,Per accident/! ( (` v AMAGE�--- I $ 1,000,000 $ $ i $ - 1$ A X UMBRELLA LIAB EXCESS LIAB __--...-.- 1 DED I RETENTIONS X OCCUR j CLAIMS -MADE ---_...._ _-.-----� I CPA3171696-22 I 7/1/2019 .. ! EACH OCCURRENCE I $ 2,000,000 7/1/2020 2 000,000 I AGGREGATE l $ r B WORKERS COMPENSATION ! ; AND EMPLOYERS' LIABILITY + ANY PROPRIETOR/PARTNER/EXECUTIVE Yi N X 3057133 I 7/1/2019 FFICE M EXCLUDED? Y NIA ! ! rY NH and o n ►) If yes, describe under � , DESCRIPTION OF OPERATIONS below s i X I PER 1 OTH- _._.._.LSTATUTE 7/1/2020 ' .EFL I E L, EACH ACCIDENT E_ l CIPEAS_E - EA EMPLOYE E 3 E DISEASE - POLICY LIMIT , ! 1,000,000 :$._. . 1,000,d'- $1 , 00 00 $ A A Leased/rented Equipment ADV3171681-22 I 7/1/2019 ADV3171681-22 I 7/1/2019 1 711/2020 I I 7/1/2020 +Ded 50,000 500 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached Ir more Job: National Black Foot Ferret Conservation Center, Carr, CO. Growling Bear CO., Inc and US Department of Interior - Fish and Wildlife Service, 134 Union Blvd., Lakewood,CO ongoing and completed operations on a primary and non-contributory basis as respects to general favor of additional insured as respects to general liability, automobile liability and workers compensation. 30 day cancellation applies. space is required) 80225 are listed as additional insured for liability, automobile liability. Waiver of subrogation in CERTIFICATE HOLDE R Growling Bear CO, Inc. 2330 4th Ave. Greeley, CO 80631 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract Form New Contract Request Entity Information Entity Name* GROWLING BEAR COMPANY. INC Contract Name* JUSTICE SERVICE REMODEL Contract Status CTB REVIEW Entity ID'r @00001753 Contract Description* REMODEL OF THE NEW JUSTICE SERVICES LOCATION Contract Description 2 Contract Type* CONTRACT Amount* $586,809.00 Renewable* NO Automatic Renewal Grant ICA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgov.co m Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WELD GOV.COM Contract ID 3431 Contract Lead* SGEESAMAN ❑ New Entity? Parent Contract ID Requires Board Approval YES Contract Lead Email Department Project # sgeesaman@co.weld.co.us Requested BOCC Agenda Date* 03/02/2020 Due Date 02/27/2020 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in Onaase Contract Dates Effective Date Termination Notice Period Review Date* 12/31/2020 Renewal Date Committed Delivery Date Expiration Date* 12/31/2020 Contact Information Contact Info Contact Name Purchasing Purchasing Approver Approval Process Department Head TOBY TAYLOR DH Approved Date 03/02/2020 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/09/2020 Originator SGEESAMAN Contact Type Contact Email Finance Approver BARB CONNOLLY Contact Phone 1 Contact Phone 2 Purchasing Approved Date Finance Approved Date 03/03/2020 Tyler Ref # AG 030920 Legal Counsel BOB CHOATE Legal Counsel Approved Date 03/04/2020 Submit DEPARTMENT OF BUILDINGS AND GROUNDS PHONE: (970) 304-6531 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 February 11, 2020 To: Board of County Commissioners From: Toby Taylor Subject: Justice Services Remodel — Bid 2000038 As advertised this bid is to remodel the new Justice Services location in downtown Greeley. The low bid from Growling Bear Inc. meet specifications. Therefore, Buildings & Grounds is recommending awarding to Growling Bear Inc. in the amount of $586,809.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director WELD COUNTY PURCHASING 1150 O Street, Room 107, Greeley, CO 80631 E -Mail: cmpeters(c�weldgov.com E-mail: reverett(a�weldgov.com E-mail: rturf(a weldgov.com Phone: (970) 400-4223, 4222 or 4216 Fax: (970) 336-7226 DATE OF BID: FEBRUARY 3, 2020 REQUEST FOR: JUSTICE SERVICES REMODEL DEPARTMENT: BUILDINGS & GROUNDS BID NO: #62000038 PRESENT DATE: FEBRUARY 5, 2020 APPROVAL DATE: FEBRUARY 19, 2020 VENDOR TOTAL START DATE FINISH DATE GROWLING BEAR CO, INC. $586,809.00 02/10/2020 06/30/2020 2330 4TH AVE GREELEY, CO 80631 RHINOTRAX CONSTRUCTION $607,015.00 02/24/2020 05/28/2020 1035 COFFMAN ST LONGMONT, CO 80501 TCC CORPORATION $617,000.00 03/02/2020 05/15/2020 609 GRYFALCON CT, UNIT D WINDSOR, CO 80550 ADOLFSON & PETERSON $679,000.00 03/16/2020 06/01/2020 CONSTRUCTION 797 VENTURA ST AURORA, CO 80011 GH PHIPPS CONSTRUCTION CO. $694,900.00 02/17/2020 06/01/2020 4800 INNOVATION DR FT COLLINS, CO 80525 SUN CONSTRUCTION & FACILITY $766,068.00 10 DAYS FROM 06/15/2020 SERVICES, INC. AWARD 1232 BOSTON AVE. LONGMONT, CO 80501 LANDMARK BUILDERS 3812 CARSON AVE EVANS, CO 80620 DELEHOY CONSTRUCTION, INC. 3109 S. TAFT HILL RD FT COLLINS, CO 80526 $909,675.00 03/16/2020 09/25/2020 NO BID THE DEPARTMENT OF BUILDINGS AND GROUNDS IS REVIEWING THE BIDS. 2020-0480 c>Q/a5 (Goo �a Hello