Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20260379
Con aC-1Di 10415 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND TCC CORPORATION FOR WELD COUNTY MOTOR POOL COMPLEX RENOVATION AND ADDITION 01 THIS AGREEMENT is made and entered into this I I day ofMQk2026, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and TCC Corporation, hereinafter referred to as "Contractor". WHEREAS County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and 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 the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. B2500154. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor 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. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and Form Revision 5-2025 N)rive-n-1-\-)0j.cncisv CC : Ontck &C) 262(o - 03-79 3/I VZ Co 3A\/2(o gC-1 ouZ7 requirements of Work 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 mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. 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. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may i terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT-INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. 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. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust 2 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, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $19,996,954.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). 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 or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the 3 execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 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 Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, 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 Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 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. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), 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 4 proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work 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 Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a 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, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. 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, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work 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. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self- insurance carried by the County. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims-made policy, the retroactive date must be on or 5 before the contract date or the first date when any goods or services were provided to County, whichever is earlier. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. The insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1 ,000,000 per occurrence / $2,000,000 aggregate. Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Proof of Insurance Contractor shall provide to County a Certificate of Insurance (COI). The County, in its discretion, may accept other forms of proof of insurance. The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations". 6 In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage. Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 7 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. 3) Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non-owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. 4) Professional Liability: Contractor shall maintain Professional Liability Insurance 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 Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss $ 2,000,000 Aggregate $ 4,000,000 5) Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. 6) Pollution 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 that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims-made basis, the Contractor 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 8 exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 7) Builders'Risk Insurance or Installation Floater— Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. a. The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. b. Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. c. The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub-tier contractors in the Project. d. The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false- work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. e. The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any 9 Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. f. Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). g. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate, "Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the 10 Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 14. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 15. Indemnity. The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature 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. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that the Contractor 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 Contractor agrees to waive all rights of subrogation against the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for 11 losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 16. 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. 17. Examination of Records. To the extent required by law, the Contractor agrees that any 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. 18. 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. 19. 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. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Brian Crownover Position: Vice President Address: 6820 Powell Street Address: Loveland, Colorado 80538 12 E-mail: bcrownover@tcccorp.net Phone: (970) 460-0583 County: Position: Patrick O'Neill Address: 1105 H Street Address: Greeley Colorado 80632 E-mail: poneill@weld.gov Phone: (970) 400-2023 20. 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. 21. 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. 22. 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. 23. 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. 24. 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. 25. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 26. 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 13 construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 27. Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. No term or condition of this Agreement 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 as applicable now or hereafter amended. 28. 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. 29. 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. 30. 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. 31. No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 14 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 32. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state-issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law in accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c).] 33. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 34. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 35. 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. CONTRACTOR: TCC Corporation By:/2Pi. 3/3/26 Date of Signature Name: Brian Crownover Title: Vice President 15 WELD COUNTY: ATTEST: j„ J r .a; BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WEL►r COUNTY, COLORADO BY: Deputy Clerk to the Board Yjn Scott K. James, Chair MAR 1 1 2026 foas, got'. At rt, ' 1861 ftzrgli to II NOziuos Man 16 7 a 2 (o-06-19 G -a f��,, EXHIBIT A Weld County Finance Department Purchasing Division U,TA — 91 1301 North 17th Avenue LP! n Greeley, Colorado 80631 COUNTY Construction — Request for Proposal (RFP) Cover Sheet Solicitation Number: B2500154 Title: Weld County Motor Pool Complex — Renovation and Addition Advertisement Date: December 16, 2025 Pre- Bid Meeting: January 6, 2026, at 10:00 am Pre- Bid Location: 1399 North 17th Avenue, Greeley Colorado Questions Due: January 13, 2026, by 10:00 am Questions Posted: January 15, 2026, by 5:00 pm Questions email: bids(a�weld.gov Bid Due Date: January 30, 2026, by 10:00 am, Purchasing's Clock Bid Delivery: Preferred email to bidsweld.gov or option to hand delivery to 1301 North 17th Avenue, Greeley, CO 80631 For additional information: bids(a�weld.gov Documents Included in this Proposal Package RFP Schedules RFP Attachments Schedule A: Proposal Instructions Attachment 1 — Project Drawings Schedule B: Scope of Work Attachment 2 — Project Specifications Schedule C: Project Schedule Attachment 3 — Equipment Specifications Schedule D: RFP Response - Criteria Attachment 4 — Existing Building Demolition Schedule E: Proposal Form plans. Schedule F: Insurance & Bonds Attachment 5 — Geotechnical Report Schedule G: Weld County Contract Form Revision 6-2025 Table of Contents Construction — Request for Proposal (RFP) Cover Sheet 1 Documents Included in this Proposal Package 1 RFP Schedules 1 RFP Attachments 1 Table of Contents 2 Schedule A - Proposal Instructions 3 Purpose/Background 3 Proposal Advertisement 3 Proposal Submission 3 Introductory Information 4 Cooperative Purchasing 4 Schedule B - Scope of Work 6 Project Overview 6 Method of Procurement 6 Delivery Method 6 Pricing Method 6 Specific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 10 Schedule D — RFP Response Criteria 11 RFP Response Submittal 11 Response Format 12 Grading Criteria 12 Schedule E - Proposal Response Form 15 Proposal Submittal Instructions 15 Fees 15 Proposed Schedule 15 Attestation 15 Schedule F — Insurance and Bonds 17 Insurance 17 Bonds 21 Insurance Mailing Information 21 Schedule F -Weld County Contract 23 Contractual Obligations 23 Weld County Standard Contract 23 Schedule A - Proposal Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Weld County Motor Pool Complex — Renovation and Addition A Mandatory pre-bid conference will be held on January 6, 2026 , at 10:00 am at the Weld County Motor Pool Building located at, 1399 N. 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Bids will be received until: January 30, 2026 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on January 30, 2026 at 1:00 pm. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„895181263# Meeting ID: 286 371 432 528 00 United States, Denver Passcode: GJ3Qx9mg Phone conference ID: 895 181 263# Proposal Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their Proposals, quotes, proposals, addendums, and awards on this one centralized system. Proposal Submission 1. PREFERRED: email Proposals to bids(aweld.gov If your Proposal exceeds 25MB please upload your Proposal to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed Proposals will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the Proposal due date and time. 2. PDF format is required. Emailed Proposals must include the following statement on the email: "I hereby waive my right to a sealed Proposal". An email confirmation will be sent when your Proposal has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Solicitation # B2500154 Page 3 Introductory Information 1. Proposals shall be typewritten or ink on forms prepared by the Weld County Purchasing Division. Each Proposal must give the full business address of Proposer and be signed by authorized person. Proposals 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. Proposals 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 Proposal by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the Proposal of the individual signing. When requested by the Weld County Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Proposer. All corrections or erasures shall be initialed by the person signing the Proposal. All Proposers shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this Proposal as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the Proposal forms shall be suitably filled in. Proposers are required to use the Proposal Forms which are included in this package and on the basis indicated in the Proposal Forms. The Proposal must be filled out completely, in detail, and signed by the Proposer. 2. Late or unsigned Proposals shall not be accepted or considered. It is the responsibility of the Proposer to ensure that the Proposal arrives in the Weld County Purchasing Division on or prior to the time indicated in Section 1, entitled, "Notice to Proposers." Hard copy Proposals received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a Proposal not properly addressed and identified. Proposals may be withdrawn upon written request to and approval of the Weld County Procurement Manager; said request being received from the withdrawing Proposer prior to the time fixed for award. Negligence on the part of a Proposer in preparing the Proposal confers no right for the withdrawal of the Proposal after it has been awarded. Proposers are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the Proposers' risk. 3. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County Proposers in all cases where said Proposals are competitive in price and quality. It is also understood that Weld County will give preference to suppliers from the State of Colorado, in accordance with C.R.S. § 30-11-110 (when it is accepting Proposals for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, to award the Proposal to multiple vendors, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of soliciting and to make better use of taxpayer dollars through volume purchasing. Vendor(s) Solicitation# B2500154 Page 4 may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event they would have a need for the same product/service. Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms. Solicitation # B2500154 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking proposals for the Weld County Motor Pool Renovation and Addition. Method of Procurement Best Value: Best Value refers to a project procurement method where price and other key factors, such as quality and expertise, are considered in the evaluation and selection process. Best Value is typically achieved through a two-step process using a Request for Qualifications (RFQ) and Request for Proposal (RFP) to evaluate proposers. Delivery Method Design-Bid-Build (DBB): Design-Bid-Build (DBB) is the traditional project delivery method in which County either designs or retains a designer to furnish complete design services. Then solicits Proposals (advertises) and awards a separate construction contract based on the designer's completed construction documents. In DBB, the agency "owns" the details/risks of design during construction and as a result, is responsible for the cost of any errors or omissions encountered in construction. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not-to-exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities The scope of this project is for construction management and general contracting services per this request for proposal and attachments which include the project drawings, project specifications, equipment specifications, existing building demolition, and geotechnical report for the Weld County Motor Pool Complex Renovation and Addition. This shall include but not limited to the following. • Civil Construction • Demolition • Foundations • Electrical Systems • Mechanical Systems • Plumbing Systems • Roofing Systems • Storm Water Management • Right of Way Solicitation#B2500154 Page 6 • Utility Infrastructure • Pre-Engineered Metal Buildings (PEMB) • Interior Finish • Renovation • Equipment Procurement • Fire Systems • Access Control • Fluid Systems • Pneumatics • Specialized vehicle systems and installations • Other Miscellaneous systems and items to provide a complete project per this RFP and attachments. A. Weld County Motor Pool Complex Renovation and Addition — General Project Requirements: 1. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receives written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. 4. Contractor is responsible for all material handling and deliveries. Weld County will not accept any deliveries made to the building. The contractor will use the work area(s) for any onsite storage that may be needed. 5. The contractor will always provide a full-time superintendent or project manager on site while any work is being performed. 6. The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted. If at any time Weld County personnel or contractors must clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 7. Contractor is responsible for coordination with Weld County building department and the local city and fire municipalities. 8. All work is to be completed during normal business hours, unless prior written approval is received by the Weld County project manager. 9. Normal business hours are Monday through Friday from 7:00 am to 5:00pm. 10.Contractor must seek written approval from the Weld County project manager for any system shutdown including but not limited to Electrical, Mechanical, and Plumbing systems as well as any existing building access restrictions. Written approval must be submitted a minimum of 5 business days prior to the requested shutdown. 11.Contractors are responsible for providing their own construction office if they deem one is needed. Solicitation # B2500154 Page 7 12.Contractor must submit daily logs or project updates to the Weld County project manager on a weekly basis at minimum. 13.Contractor is responsible for maintaining existing site conditions including all areas that are not disturbed during the construction process. All existing site conditions including but not limited to soils, grading, stormwater, and vegetation must be restored to original condition. 14.This project is a phased project for all aspects of the construction process. The existing Motor Pool building will be occupied and must stay fully functional until both additions are complete and ready to occupy. Only then will the contractor be allowed to do any work in the existing building. 15.Contractor is responsible for all utility coordination and permitting. Weld County will be responsible for all plant investment fees; all other fees and costs shall be the responsibility of the contractor. 16.Contractor is responsible for coordinating with the City of Greeley for all Right of Way and utility permits and review. 17.Contractor is responsible for procurement, coordination, and installation of all equipment per the project documents and this RFP. 18.Contractor is responsible for any temporary services that may be required to ensure the existing building remains functional for their normal business operations. 19.Contractors may be required to work outside of normal business hours as to not disrupt normal business operations in the existing building. If required, the contractor will be responsible for all associated costs. 20.Contractor is responsible for all weather protection, to ensure that the project schedule is not delayed. All associated costs are the responsibility of the contractor and shall be included in their bid. 21.Contractor is responsible for all temporary walkways / pathways to ensure staff and public visitors always have access. Contractors shall include all the costs associated with their bid. 22.Contractor is responsible for all traffic control to ensure the safety and security of the Weld County staff and visitors. Contractors shall include all the costs associated with their bid. 23.Contractor is responsible for all existing irrigation that may be damaged during the construction process. Contractor must repair and replace any damage incurred. 24.Weld County requires this project to be completed by no later than May 28, 2027. Please provide your proposed schedule in Schedule E below. B. Weld County Motor Pool Complex Renovation and Addition — Project Close Out Requirements: 1. Contractor will provide two (2) complete sets of O&M manuals. 2. Contractor will provide two (2) complete sets of as-builts along with a digital file. 3. Contractor will provide all manufacturer's warranty documentation for all equipment. 4. Contractor will provide a detailed report for all craftsmanship and labor warranties. 5. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 6. Contractor will provide formal training as outlined and required by all manufacturer's recommendations to Weld County's designated staff. 7. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. C. Weld County Motor Pool Complex Renovation and Addition - Project Standard Terms and Conditions: Solicitation# B2500154 Page 8 1. RFI's are only to be sent through the County project manager. RFI responses will be sent from the County project manager to the construction team. Direct submissions to or responses from any other source will not be permitted. If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 2. All damage to building structure and finishes shall be repaired to original condition as a part of this contract. 3. Contractor is responsible for all private and public locates. 4. Project will be permitted through Weld County. Fees for Weld County Building Permit will be waived. Any other fees associated with this project will be paid for by the contractor. Contractor is responsible for the coordination and scheduling of all inspections that are required. The contractor will be responsible for having a qualified representative on site for any inspection. 5. All electrical work will be done by a qualified State licensed electrician. 6. All plumbing work will be done by a qualified State licensed plumber. 7. All mechanical work will be done by a qualified State Licensed technician. 8. Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost. Any damage occurred will be the contractor's responsibility to repair or replace. 9. All lifting and hoisting equipment shall be provided by the contractor as needed. 10.Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 11.No bid bond is required for this project. 12. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance and payment bonds must be submitted using an AIA-A312 bond form. Other bond forms will not be accepted. 13. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project. 14.All trash and debris to be properly disposed of offsite. Due to the space constraints of this project this will need to be done on a regular basis. At no time will debris be allowed to accumulate. 15.Weld County is a tax-exempt entity. 16. Davis-Bacon and Buy American requirements are NOT required. Solicitation # B2500154 Page 9 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date December 16, 2025 Pre-Proposal Meeting Mandatory January 6, 2026, at 10:00 am 1399 N. 17th Avenue, Greeley CO Technical Questions Due January 13, 2026, by 10:00 am Technical Questions email bids(a�weld.gov Questions Answered via Addendum January 15, 2026 Proposals Are Due January 30, 2026, by 10:00 am Purchasing's Clock Solicitation Notice of Award (Anticipated) February 23, 2026 Contract Execution (Anticipated) March 9, 2026 Solicitation# B2500154 Page 10 Schedule D — RFP Response Criteria RFP Response Submittal Weld County is seeking the proposer with the best value for the County. To aid in the determination, contractor shall address the following items in the RFP response submittal, The RFP Response should be arranged in order of the evaluation criteria shown in the RFP Review Scoring Table below. The response items include: A. Scope of Proposal: 1. The RFP Response shall include statements showing the proposer clearly understands the scope of the project and its objectives. 2. Describe how the proposed methodology will meet the desired goals of the project. 3. Include a brief description of similar or related projects completed within the last 5 years. 4. Emphasize projects that have included aspects related to this RFP. 5. References from at least three other projects with similar requirements that have involved the staff proposed to work on this project. The County may choose to visit one or more of the listed projects and/or request a copy of the plans and documentation completed. 6. Include a list of the number of employees and the annual operating budget. B. Critical Issues: 1. The RFP Response shall include a description of critical issues that the proposer considers to be of importance for the project and how those issues will be solved. C. Project Control: 1. The RFP Response shall include a description of how the project costs will be controlled for both the prime contractor and their sub-contractors. 2. Describe how the proposer will ensure that all Federal, State, and Local procedures will be followed. 3. Describe how the proposer will handle quality control for the entire project. 4. Describe any judgements, claims, or suits pending or outstanding against proposer's company. 5. Describe any citations by OSHA for violations within the last 5 years. 6. Describe any projects where the proposer has been assessed liquidated damages within the last 5 years. 7. Describe any changes in company ownership in the last 5 years. D. Work Location and Familiarity: 8. The RFP Response shall include a description of the proposer's location and explain how it will not affect the project coordination with the County. 9. Explain how the proposer is familiar with Weld County's project specifications and policies. 10.Explain the proposer's knowledge about Weld County in general. E. Cost and Schedule: 11.The RFP Response shall include a preliminary construction schedule showing major construction items associated with this project, and how the proposer would complete the project within the contract time. Solicitation #B2500154 Page 11 12. Describe in detail how the supplied pricing for this project was estimated and what inclusions and exclusions are based off the project documents and this RFP. 13.Provide any cost savings that may be available and or offered during the construction of this project. Response Format 1. Limit the total length of RFP Response to a maximum of 60 pages. a. The County will reject RFP responses received that are longer than 60 pages in length. b. The front and back cover will not count as pages. c. Section dividers also do not count as pages unless they have photos or text on them, then they will be included in the pages count. d. The Proposal document forms included in this request which are mandatory to submit with your Proposal will not be included in the page count for your proposal. 2. RFP Responses shall be mainly made up of 8 1/2" x 11" paper. a. 11" x 17" paper can only be used for presenting construction schedules, or example plan sheets. b. Text sizes shall be 10 point or larger. 3. Failure to follow these instructions may result in the RFP Response being rejected. Grading Criteria The RFP Responses will be evaluated using the following criteria. NOTE: Each RFP Response will be individually evaluated by a team of reviewers. Each reviewer will score each of the RFP Responses following the criteria outlined in Table 1. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 being an average rating, and 5 being an outstanding rating. After the individual reviewers have scored each RFP Response, the individual reviewer scores will be totaled. Each reviewer's scores will be ranked by score from highest to lowest. The RFP response with the highest cumulative score will be ranked first place, second highest score will be ranked second place, and so on until all proposals have been proposals have been ranked. The 2 to 3 highest ranked REP Responses will be invited to participate in interviews (if required) to help the reviewers determine which proposer represents the best value to the County. If interviews are determined to be necessary for the selection process, vendors will be evaluated on the criteria shown below in Table 2. After all scorer rankings have been determined from the RFP Response and the interview (if required), each ranking will be totaled for each RFP Response based on their respective rankings (1st, 2nd, 3rd, etc.) from the scorers. For each scorer, rank 1 will get 1 point, rank 2 will get 2 points, and so on. The points will be totaled for each proposal. The RFP Response will then be ranked by the total cumulative score from the RFP response and Interview (if required) to determine the Best Value for the County. Solicitation # B2500154 Page 12 Table 1 - RFP Response Scoring Criteria Evaluation Evaluation Standard Scoring Weighting Scoring % Criteria Factors Range The proposal clearly shows an Scope of understanding of the project objectives. 1 to 5 4.0 4% - 20% Proposal The proposed methodology meets the desired goals of the County. The proposal demonstrates that the team Critical Issues clearly understands the major issues associated with the project. 1 to 5 4.0 4% - 20 % The proposal offers realistic solutions to the critical issues. The team has described how it will control its construction costs. The proposal describes how sub-vendor's costs will be controlled. Project The team has demonstrated its ability to 1 to 5 3.0 3% - 15% Control ensure that State and Federal procedures are used where appropriate. The team has demonstrated a QA/QC process in place to manage the quality of the project. The team's location does not affect Work the coordination of the project with the Location/ County. 1 to 5 1.0 1% - 5% Familiarity The team is familiar with Weld County policies and construction criteria. The team demonstrated knowledge of Weld County in general. The costs were presented in a way that is Cost and reasonable and consistent with the project Schedule goals. 1 to 5 8.0 8% - 40% The schedule contains sufficient detail to ensure the project goals are met. Total 20 to 100 Solicitation #B2500154 Page 13 Table 2 Interview Scoring Criteria Work Team proposed and clearly described Approach their approach for completing the project. The team offered innovative ideas for the 1 to 5 2 2 to 10 project. Project The team's project manager has Manager adequate qualifications and a proven Qualifications track record to complete projects of this 1 to 5 2 2 to 10 scope and complexity. The team's project manager demonstrates effective communication skills. The team's presentation was clear and Quality of easy to understand. Presentation The people being interviewed displayed 1 to 5 2 2 to 10 effective communication skills. The team's use of audio-visual aids was effective. The team provided good answers to the Question/Ans questions asked by the selection wer Session committee. 1 to 5 4 2 to 20 The answers provided by the team demonstrated a clear understanding of the project and the project goals. Total 8 to 50 Solicitation# B2500154 Page 14 Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Vendor's Proposal - Outlined in Schedule D 2) Schedule E - Proposal Response Form 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non-responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal, it may be disqualified. F,e e Provide fees for this project below: DESCRIPTION PRICING Architectural $ Mechanical $ - Electrical $ Plumbing $ Civil $ Equipment $ Other (Description) $ Other (Description) $ TOTAL LUMP SUM COST: $ Proposed Schedule Please provide the following schedule dates based off an anticipated contract execution date of March 9, 2026. Schedule Description Schedule Date Submittals Equipment Ordered Equipment Lead Time Construction Start Construction Completion Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special Solicitation#B2500154 Page 15 provisions set forth in the Invitation for Proposal for Request B2500154 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 Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F — Insurance and Bonds 6. Acknowledgment of Schedule G —Weld County Contract 7. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item Entry Company Name: Address: Phone Email: FEIN/Federal Tax ID#: CONTRACTOR: By: Date of Signature Name: Title: Solicitation# B2500154 Page 16 Schedule F — Insurance and Bonds Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. Solicitation # B2500154 Page 17 3) Automobile Liability: Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non-owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. 4) Professional Liability: Contractor shall maintain Professional Liability Insurance 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 Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss $ 2,000,000 Aggregate $ 4,000,000 5) Umbrella or Excess Liability Insurance: Contractor shall maintain limits of$1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. 6) Pollution 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 that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims-made basis, the Contractor 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. Solicitation#B2500154 Page 18 Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 7) Builders'Risk Insurance or Installation Floater— Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. a. The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. b. Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. c. The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub-tier contractors in the Project. d. The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false-work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. e. The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. f. Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required Solicitation # B2500154 Page 19 by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). g. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate," Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates Solicitation#B2500154 Page 20 and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Bonds 1. For projects over $50,000 the following bonds are required: a. A 5% Bid Bond is required at the time of Proposal submittal. b. Performance Bond in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. c. Payment Bond (Labor and Materials) in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. 2. Surety companies executing bonds must appear on the U.S. Treasury Department's most current list(Circular 570) as amended and be authorized to transact business in the State of Colorado. 3. A 5% Retainage Fee will be held for Construction contracts over $150,000. 4. Bonds may be submitted on the Standard AIA form or Weld County Form. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email: Project Manager: Will Hopkins Email: whopkins@weld.gov Telephone: (970) 400-2044 Mail: Weld County Facilities Department Solicitation # B2500154 Page 21 ATTN: Will Hopkins PO Box 758 Greeley, CO 80632 Solicitation#B2500154 Page 22 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non- appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time, but is part of the evaluation process and must be included. There may be negotiations on a project-by-project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for Construction. Solicitation# B2500154 Page 23 Agreement for Construction Services Between Weld County and [Contractor] For [Insert Name of Project] THIS AGREEMENT is made and entered into this [Insert] day of [Insert], 2025, by and between the Board of Weld County Commissioners, on behalf of the [Department], hereinafter referred to as "County," and [Contractor], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and 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 the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Invitation for Bid (IFB) as set forth in Bid Package No. [Insert Bid Number]. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor 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. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Solicitation#B2500154 Page 24 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. 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. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may i terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. 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. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT- INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. 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. 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, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the Solicitation #B2500154 Page 25 anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $[Insert], as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. 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. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). 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 or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 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 Work 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 Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, 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 Contractor and Contractor Solicitation# B2500154 Page 26 shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 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. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10.Confidentiality. Confidential information of Contractor should be transmitted separately from non-confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), 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 Work 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 Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a 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, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. 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, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work 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. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, Solicitation # B2500154 Page 27 and 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. For all coverages, Contractor's insurer shall waive subrogation rights against County. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. For all general liability, excess/umbrella 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. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. The insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non-renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non-renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate. Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A-VII. The County in no way warrants that the above-required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Proof of Insurance Solicitation#B2500154 Page 28 Contractor shall provide to County a Certificate of Insurance (COI). The County, in its discretion, may accept other forms of proof of insurance. The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations". In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage. Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 8) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The 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. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 9) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Solicitation # B2500154 Page 29 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. Automobile Liability: 10) Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non-owned vehicles used in the performance of this contract. The County is to be endorsed as an additional insured on policy for Automobile Liability with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations. 11)Professional Liability: Contractor shall maintain Professional Liability Insurance 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 Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss $ 2,000,000 Aggregate $ 4,000,000 12)Umbrella or Excess Liability Insurance: Contractor shall maintain limits of$1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. 13)Pollution 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 that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous Solicitation #B2500154 Page 30 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. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 14)Builders'Risk Insurance or Installation Floater— Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. a. The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. b. Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. c. The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub-tier contractors in the Project. d. The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false-work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. e. The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. Solicitation # B2500154 Page 31 f. Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). g. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. 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 by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor 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 Contractor 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. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name on the certificate, "Weld County, its associated and/or affiliated entities, successors, or assigns; its elected officials, employees, agents, and volunteers as Additional Insureds" for Commercial General Liability and Auto Liability for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination Solicitation# B2500154 Page 32 for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 14.Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 15. Indemnity. The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature 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. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that the Contractor 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 Contractor agrees to waive all rights of subrogation against the County, 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 Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 16.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. 17.Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and Solicitation # B2500154 Page 33 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. 18.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. 19.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. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: [Insert] Position: [Insert] Address: [Insert] Address: [Insert] E-mail: [Insert] Phone: [Insert] County: Position: [Insert] Address: [Insert] Address: [Insert] E-mail: [Insert] Phone: [Insert] Solicitation # B2500154 Page 34 20.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. 21.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. 22.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. 23.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. 24.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. 25.Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 26.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. 27.Non-Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. No term or condition of this Agreement 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 as applicable now or hereafter amended. 28.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 Solicitation # B2500154 Page 35 entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 29.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. 30.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. 31.No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 32.Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of$500,000 annually, or for public contracts for road or bridge construction in excess of$50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state-issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law in accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c).] 33.Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. Solicitation # B2500154 Page 36 34.Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra-judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 35.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. CONTRACTOR: By: Date of Signature Name: Title: WELD COUNTY: ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board [Insert Name], Chair Solicitation # B2500154 Page 37 EXHIBIT B Schedule E - Proposal Response Form Proposal Submittal Instructions The following items must be completed and submitted with your proposal on or before the proposal opening deadline. 1) Vendor's Proposal - Outlined in Schedule D 2) Schedule E - Proposal Response Form 3) Any potential or future Addenda must be completed/acknowledged. 4) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your Proposal may result in your Proposal being incomplete, non-responsive, and your Proposal being rejected. If there are any exclusions or contingencies submitted with your Proposal, it may be disqualified. Fees Provide fees for this project below: DESCRIPTION PRICING Architectural $ 7, 074, 068 . 00 Mechanical $ 2, 616, 908 . 00 Electrical $ 1, 638, 201 . 00 Plumbing $ 2, 006, 033 . 00 Civil $ 1, 443, 440 . 00 Equipment $ 3, 675, 954 . 00 Other (Description) Gen Condition, OH&P $ 1, 251, 292 . 00 Other (Description) Bond, Insurance $ 291, 058 . 00 TOTAL LUMP SUM COST: $ 19, 996, 954 . 00 Proposed Schedule Please provide the following schedule dates based off an anticipated contract execution date of March 9, 2026. Schedule Description Schedule Date Submittals 3/9/26 - 5/4/26 Equipment Ordered 4/15/26 Equipment Lead Time 45 days / 9 months for Skylifts Construction Start 4/21/2 6 Construction Completion 5/2 8/2 7 Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The Proposal proposed herein meets all the conditions, specifications and special Solicitation#B2500154 Page 15 provisions set forth in the Invitation for Proposal for Request ' OO 1 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 Proposer for the amount shown on the accompanying Proposal sheets. 4. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule F- Insurance and Bonds 6. Acknowledgment of Schedule G -Weld County Contract 7. By submitting a responsive proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all Proposals, to waive any informality in the Proposals, and to accept the Proposal that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The Proposal(s) may be awarded to more than one vendor. Item Entry Company Name: TCC Corporation Address: 6820 Powell Street, Loveland Phone 970-460-0583 Email: ecrownover@tcccorp .net FEIN/Federal Tax ID #: 84-0964449 CONTRACTOR: 01/30/2026 Date of Signature Name: Ernie Crownover Title: President VE - Change epoxy floor coating to Ashford Formula deduct ($249, 867 . 00) Solicitation#B2500154 Page 16 A Document A310' - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place of business) ADDITIONS AND DELETIONS: TCC Corporation Great Midwest Insurance The author of this document may 6820 Powell Street Company have revised the text of the original Loveland,CO 80538 800 Gessner Rd.,Ste.600 AIA standard form,An Additions Houston,TX 77024 and Deletions Report that notes revisions to the standard form text OWNER: is available from the author and (Name, legal status and address) should be reviewed.A vertical line Weld County Government in the left margin of this document 1301 N. 17'h Ave. indicates where the author has Greeley,CO 80631 added to or deleted from the original AIA text. BOND AMOUNT:$Five Percent(5%)of the Total Bid Amount This document has important legal PROJECT: consequences.Consultation with (Name, location or address,and Project number, if any) an attorney is encouraged with Weld County Motor Pool Complex Renovation&Addition respect to its completion or 1399 N. 17th Ave. modification. Greeley,CO 80631 Any singular reference to Project No.: B2500154 Contractor,Surety,Owner or other party shall be considered plural The Contractor and Surety are bound to the Owner in the amount set forth above,for where applicable. the payment of which the Contractor and Surety bind themselves,their heirs, executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such hid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated AIA Document A310-2010 Copyright©1963,1970 and 2010.All rights reserved,`The American Institute of Architects,""American Institute of Architects," "AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 13:56:03 MST on 01/28/2026 under Subscription No.20240085191 which expires on 12/05/2026,is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents*Terris of Service.To report copyright violations,e-mail docinfo®aiaconlrects.com. User Notes: (697a779fb6033d2af13bdc1e) herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 30th day ofJanuary ,2026 TCC Corporation (C nor as Principal) (Seed) ,u,cs)Steve Mertens ilt )Brian rpm-aver. .P. Great Midwest Insurance Company ` (Stu•- i 7�di (Witness)William R. r,Attorney-in Fact (Title)Tim Mi ell,Attorney-in-Fact MA Document A310-2010.Copyright A 1963,1970 and 2010.Ali rights reserved.'The American Institute of Architects,'"American Institute of Architects,' the AU Logo•and"ALA Contract Documents"are trademarks of The American Institute of Architects.The document was produced at 13:56:03 MST on 2 01/28/2026 under Subscription No.20240085191 which expires on 12/05/2026,Is not for resale,le licensed for one-time use only,and may only be used in accordance with the MA Contract Documents°Terms of Service.To report copyright violations,e-mail dodnfo@siacontracts.com. User Notes: (6997a779fb8033d2af13bdc1 e) POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston, TX,does hereby constitute and appoint:William R Greer,Timothy Mitchell its true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for,and on its behalf as surety,any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY,on the 1st day of April,2025 as follows: Resolved,that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company or other person or persons as Attorney-In-Fact to execute on behalf of the Company any bonds, undertakings,policies, contracts of indemnity or other writings obligatory in nature of a bond not to exceed One-Hundred Million dollars ($100,000,000.00), which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney-In-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney-In- Fact,so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved, that the signature of the President and the seal of the Company may be affixed by electronic mail on any power of attorney granted,and the signature of the Secretary, and the seal of the Company may be affixed by electronic mail to any certificate of any such power and any such power or certificate bearing such electronic signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached,continue to be valid and binding on the Company. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 8th day of April, 2025 fie,�Nguc GREAT MIDWEST INSURANCE COMPANY CORPORATE SEAL BY / �— . � C Mark W. Haushill o� President 8 OORP00 ACKNOWLEDGEMENT On this 8th day of April 2025, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY,the corporation described in and which executed the above instrument;that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. s / CHRISTINA BISHOP BY llr�ff�ti 1 :•`• l :• My Notary ID#131080488 ?, Expires April 14,2029 Christina Bishop Notary Public CERTIFICATE I, the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY,A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force. 30th January 2026 Signed and Sealed at Houston,TX this Day of (s iNSuq,4,C �� F5 i gCORPORATE SEAL BY a(,�f Patricia an O�� Secretary �0s coRPo�� "WARNING:Any person who knowingly and with Intent to defraud any Insurance company or other person,files and application for insurance of claim containing any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act,which is a crime and subjects such person to criminal and civil penalties. S KYW : tR D SPECIALTY INSURANCE ADDENDUM TO BOND This Addendum is in reference to the bond(s)to which it is attached. Great Midwest Insurance Company("GMIC")deems the digital or electronic image of GMIC's corporate seal below affixed to the bond(s)to the same extent as if a raised corporate seal was physically stamped or impressed upon the bond(s). The digital or electronic seal below shall have the same force and effect as though manually fixed to the bond(s). All terms of the bond(s) remain the same. Signed and effective January 1, 2022. Great Midwest Insurance Company 011NSUktit 0 CORPORATE SEAL S OORPOS By: Name & Title 1..4s i� S Vkil 6er e a\ Gouhsrel 800 Gessner Road,Suite 600,Houston,TX 77024 I (713)935-4800 1 skywardinsurance.com Addendum # 1 Bid Request Number B2500154 Weld County Motor Pool Complex Renovation & Addition Currently Reads: Page 3 of the specifications state: Mandatory pre-bid conference will be held on January 6, 2025, at 10:00 am at the Weld County Motor Pool Building located at, 1399 N. 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Change: Change to read: The mandatory pre-bid conference was omitted from Bidnet advertisement. It has now been included on Bidnet. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: TCC Corporation 01/30/2026 Signature: _ Date of Signature 2 '�f Name: Ernie Crownover Title: President January 22, 2026 Addendum # 002 Bid Request Number B2500154 Weld County Motor Pool Complex Renovation and Addition Questions and Answers: 1. Question: Is a bid bond required? Note #11 says "no bid bond is required" but the "bonds" section #la indicates a five percent bid bond is required. Answer: Yes 2. Question: Drawings E-505 & E-506 are listed on G-001. These do not appear to be included in the set. Please provide. Answer: Please see addendum 002 attachments 3. Question:Are we required to use "Chief' for the PEMB or are other manufacturers acceptable? Answer: Other manufacturers will be considered as long as their building members, base plates, reactions, etc. are similar and do not affect other systems. Any redesign of the foundation based on a building substitution will be responsibility of the contractor. 4. Question: Drawing A-601 is blank. Please provide new drawing. Answer: Please see addendum 002 attachments 5. Question: Is Raynor Door the only OH door manufacturer allowed, or can substitutions be used? Answer: Substitutions will be considered as long as the manufacturer can match the four existing Raynor doors that remain. Weld County will have the sole discretion for any substitution approval. 6. Question:Architectural Signage plans indicate drive lane arrows. Civil drawings do not indicate drive lane arrows. Are we to provide painted drive lane arrows? Answer: Yes, at the entrances to the doors. 7. Question: Drawing A-501 / detail 3 says "microwave by contractor". Drawing EQ- 105 indicates the microwaves are by owner. Please clarify. Answer: Microwave is Owner Furnished Contractor Installed (OFCI) 8. Question: Are we to provide and install soffit panels at any of the covered entries, covered parking, or tire storage roofs? Answer: No 9. Question: Please verify the heights of the interior wall liner panels @ rooms #100, 108, 160, 161, & 162. Answer: The liner panels shall be 13'-0"AFF. 10.Question: Drawings A-506 and S-410 contradict each other with material sizes. Are we to build per structural drawings? Answer: Build per structural drawings. 11.Question: Drawing A-130 / note 2 says to "existing roof hatch to be relocated" while drawing A-132 / note 3 says "new roof access hatch". Please clarify. Answer: The hatch location is to be relocated. The existing hatch and ladder may be reused. 12.Question: Drawing A-130 / note 1 call to remove all roofing down to "existing roof decking". Drawing A-132 / note says, "minimum 2" insulation on top of existing R-30". Please clarify. Answer: Existing insulation is to remain. 13.Question: What is the preferred subgrade modulus lbs/pci for the building slab on grade? The soils report gives two options. Answer: There is not a "preferred" subgrade modulus. If the native soils underlie the slab, use the 100 pci. If the structural engineer needs a higher modulus for design purposes, place 2 feet of structural fill under the slab and use 200 pci 14.Question: Please clarify the thickness for the new concrete parking lot paving. Answer: Provide 8"thick concrete with #4 bar, at 16" O.C. in both directions on compacted subgrade. 15.Question: Please confirm if electrical panel "GH" is existing or new. Answer: Panel GH is existing. Provide revised breakers as indicated. 16.Question: Sheet A112 floor plan note 3. Please provide any information on make and model for the existing bridge crane. Answer: This information is not available currently. The awarded contractor is to verify. 17.Question: Sheet A501 detail 03. Please provide specifications on microwaves by contractor. Answer: See previous answer. OFCI 18.Question: Sheet A601 is a blank sheet. Please provide sheet A601 with door information. Answer: The sheet is attached to Addendum 1. 19.Question: Is equipment shown on EQ sheets by owner or by contractor? Answer: Unless noted, all equipment is provided by the contractor. Existing equipment noted is to be relocated by the contractor. 20.Question: Sheet EQ101 equipment item 16 -future lift and item 18 - future ev charger, confirm these are not a part of the project Answer: The future equipment is not part of this contract. 21.Question: Sheet EQ104 equipment item 26 - 12x8 nylon table for graphics and item 36 - shear, please provide specifications for these items or manufacturer and model number if they are to be provided by contractor. Answer: The nylon graphic table shall be 5'x10', Rhino Table 7008. Table shall have %" MDF top with no seam Rhino cutting mat and locking casters. The shear is a Baileigh SH-5210-HD. 22.Question: Sheet EQ104 equipment item 3 - exhaust wall. Please provide dimensions of exhaust wall required. Answer: The exhaust wall is 8'4" x 7'2" H. 23.Question: Sheet EQ104 equipment item 33 -welder. The model specified is discontinued. Please specify another product. Answer: Provide a Miller XMT 350MPa, Dinse or equal pending County approval. 24.Question: Is tele data cabling and devices by owner of contractor? Answer: Contractor is responsible for all pathways and rough in. Weld County will be responsible for all tele data cabling and devices. 25.Question: Is there a specific temperature controls contractor or brand required for this project? Answer: Delta Controls by Setpoint, or Metasys by Johnson Controls. 26.Question: What brand is the existing fire alarm system in the building? Answer: Honeywell. 27.Question: Sheets E505 and E506 were blank in the bidnet plan set. Please provide sheets E505 and E506. Answer: The sheets are attached to Addendum 1. 28.Question: Civil Sheets C001, C002, C003, C004, C005, C006, C007, C008, C009, C010, C011, C012, C013 in the bidnet plan set have a file error and do not open when viewed in acrobat reader. Please provide these sheets that can be opened in pdf view. Answer: The sheets are attached to Addendum 1. 29.Question: The Bidding Instructions has contradictory information regarding Bid Bond. Please confirm if a Bid Bond is required. Answer: Yes, a 5% bid bond is required 30.Question: Please provide the Liquidated Damages for this project. Answer: No liquidated damages 31.Question: Please confirm that F1 & B1 on sheet A-600 are to be Owner Furnished Owner Installed not Owner Furnished Contractor Installed. Answer: Confirmed. Carpet and base for carpet areas are provided and installed by the owner's carpet installer. 32.Question: Please confirm that all Equipment listed and shown on the Equipment Drawings are to be furnished and installed by the Contractor. Answer: Unless noted, all equipment is by the contractor. Existing equipment noted is to be relocated by the contractor. 33.Question: Sheets E-505 and E-506 are blank, please reissue or clarify. Answer: The sheets are attached to Addendum 1. 34.Question: Sheet E-504 has an error that is blocking some of the Panel Schedule, please reissue sheet. Answer: The sheet is attached to Addendum 1. 35.Question:A-503 &A-504 have Elevator plans and specifications, Specifications provided are missing section 14, please confirm the elevator is in the Contractor's scope of work and are to be bid per sheet A-503. Answer: The elevator is provided and installed by the contractor. 36.Question: The drawings do not have a pavement detail; additionally, the specifications and geotechnical report are missing pavement thickness details. Please confirm if pavement is to be full-depth or composite as well as the thickness requirements for either/or/both. Answer: Refer to detail B on sheet C-010. 37.Question: Detail 15 / S-630 is missing, please provide. Answer: Detail call out was mislabeled on plan. See detail 14/S-630. 38.Question: Please confirm that all permitting will be by Owner and not part of the Contractor's bid. Answer: Weld County will provide the Building Permit for the project all other required permits are the responsibility of the contractor along with the coordination and management of all inspections. 39.Question: Will pre-engineered metal building substitutions outside of Chief Buildings be accepted? Answer: Other manufacturers will be considered if their building members, base plates, reactions, etc. are similar and do not affect other systems. Any redesign of the foundation based on a building substitution will be charged to the contractor. 40.Question: Please confirm the beam size on detail 6 / S-620. Answer: Detail 6/S-620 is not applicable where the east side of the new PEMB connects to the west side of the existing CMU structure. Refer to detail 14/S-630. Steels beam spanning east-west between the new and existing building is a W10x12 41.Question: Is the Contractor responsible for Tap Fees? Answer: Weld County is responsible for all Plant Investment Fees. Contractor is responsible for all other associated Tap Fees. 42.Question: The Marazzi Babylon tile in the specifications and finish schedule has been discontinued. Will substitutions be allowed? Or please provide an updated specification for this tile. Answer: Some sizes of the Marazzi Babylon are discontinued. Provide sizes that are still available. 43.Question: Drawing P-001 / Piping Materials call for drain, waste, and vent piping to be "extra heavy cast iron". Can solid core schedule 40 PVC piping be used for underground and non-plenum areas? Answer: Solid core schedule 40 PVC is acceptable for underground drain, waste, and vent piping only. All above ground drain, waste, and vent piping is to be extra heavy cast iron as specified. 44.Question: Please clarify gas line sizes. Example drawing P-240 shows multiple sizes for the same lines. "Route 4" gas line as high as possible" note points to gas line that is indicated as 2". Answer: The gas design will be reissued by Addendum prior to bid. 45.Question: GEX1 & NGEX2 appear on the electrical & architectural roof drawings but not the mechanical drawings. Please provide information. Answer: Refer to sheets EQ-109 and EQ-110 46.Question: Please reissue drawing E-504. Our version is not totally readable. The sheet is attached to Addendum 1. Answer: See attachments in addendum. 47.Question: Drawing E-404 /Working Note#1 indicates the owner will provide all racks & equipment. Please clarify what the GC is responsible for. (cabling, wall jacks) Answer: The contractor is responsible for all cable trays, boxes, conduits, and other infrastructure shown. The County will provide all cabling equipment, racks, jacks, plates, and terminations under a separate contract. 48.Question: Does the project require surveillance, intrusion alarm, audio/ video, music/ PA systems? Answer: The County will provide a camera system, AV, and burglar alarm system under a separate contract. There are no PA systems. Contractor is responsible for all rough in, and pathways as shown on the drawings. 49.Question: Is the owner responsible for access controls? If not, please provide specifications. Answer: Rough in by contractor, components by the County. 50.Question: Are the three different IT rooms to be interconnected via Ethernet or fiber? Answer: See previous answers 51.Question: Drawings do not distinguish between data and TV locations. Is RG6 required for TV locations? Answer: See previous answers 52.Question: On the FCO letters, we can get up to 1" thick. 2" thick would be fabricated, will that work? The current FCO's on the outside of north elevation are 1" thick. Answer: One-inch-thick letters are acceptable. 53.Question: On the internal hanging signs — How are these hung?Assume from a ceiling connection with chain? (28) Interior Sign 12"x24" Page 81 Sheet: #A-605 Answer: The interior hanging signs shall be from the structure above by chain, unless noted otherwise. 54.Question: Flags - How many of what size? US? — State? — County Flag? What size? Pole will need to be verified to handle wind load based on flag size & Qty? Answer: US, State, and County flags. 5'x8'. 55.Question: Do you know what asphalt mixes they are hoping to use for the Hot Mix Asphalt portion of the job? Typically use 1/2" mix on top and 3/4" on bottoms. Is the asphalt portion going to be done in one phase? Answer: HMA with 1/2" top and %" bottoms. Phase and schedule will be determined by the GC's schedule. 56.Question: A-601 is blank, please provide missing door & frame schedule Answer: The sheet is attached to Addendum 1. 57.Question: Please provide Divisional Specifications for scopes of work that are shown on the plans but not provided in the Attachment 2 - Specifications Answer: Refer to the drawings for individual disciplines for additional specifications. 58.Question: Is AutoCAD available? Answer: CAD files will be available to the awarded contractor. 59.Question: How thick is the existing asphalt? Answer: The existing asphalt is 6"-8" thick. 60.Question: How thick is the existing base? Answer: Unknown, please refer to geotechnical report. 61.Question: If the subgrade is unstable how will this be addressed? Answer: This will be addressed between the awarded contractor and Weld County. 62.Question: How will stabilization of the subgrade be paid for? Answer: See previous answer. 63.Question: Will all the asphalt paving be constructed in one phase? Answer: This is dependent on the Weld County and general contractor schedule. The existing building will be occupied and must remain accessible until both new buildings are complete. 64.Question: Some of the notes and slopes on the plans are not legible, can these be corrected so they can be read? Answer: The civil sheets are reissued with this addendum. 65.Question: Detail 01 on sheet A-506 calls for metal paneling with 1" square holes. Metal panel manufacturers typically only provide openings up to 3/4" square holes. Is a 3/4" square hole pattern acceptable in lieu of the 1" square holes? It also calls for galvanized finish and a painted finish. Please clarify what is desired. Answer: One-inch square holes are not critical. The contractor may submit substitutions. Steel material shall be galvanized and finished with etching primer and a suitable topcoat. Alternate materials will be considered, such as painted aluminum. 66.Question: Can the existing building be used for General Contractors office during construction? Answer: No. The existing building must remain operational during construction and there is not sufficient space for the contractors. 67.Question: due to missing quantities of soft soils which are referred to in the Geotech report, please supply and allowance for removal of soft soils that may be encountered during construction. Answer: Contractor shall remove 12" of existing base and stabilize and compact existing soils then replace with 12" of new Class 6 base in all paved and concrete areas as shown on the project documents. 68.Question: Is the General Contractor responsible for temporary utility billings? Answer: Yes 69.Question: Please supply an allowance for GPR and X-Ray. Answer: GPR and X-Ray are the responsibility of the contractor, and all associated cost shall be included in their proposal. 70.Question: Will substitutions be allowed where specifications are missing? Answer: Substitutions will be reviewed for building components as long as they match the specified items with the exception of the equipment. Weld County has the sole discretion for any substitution approvals. 71.Question: Please clarify if a bid bond will be required for the project. Answer: See previous answers 72.Question: Will the General Contractor be required to provide and install all equipment listed on the equipment drawings? Answer: Yes. The contractor will provide and install all new equipment and relocate all existing equipment noted. 73.Question: Does Weld County have vendors they are currently using for equipment, and can you provide their contact information? Answer: The County has multiple vendors and service providers for the existing equipment. This information is not available currently. 74.Question: Sheet A601 is blank. Will you be issuing a new sheet? Answer: See previous answers 75.Question: There seems to be discrepancies between the equipment specs and the equipment schedules included with the EQ pages of the plans. Please confirm that we are to provide the equipment listed on the EQ drawing sheets. Answer: Yes. The contractor will provide and install all new equipment and relocate all existing equipment noted. 76.Question: Welder 951786001 is discontinued. Please provide a suitable replacement. Answer: Provide a Miller XMT 350MPa, Dinse or equal pending County approval. 77.Question: Are there existing Fire Protection System prints available? If so, can they be issues via addendum? Answer: These are not available. 78.Question: Can we get the grading CAD files for this project? Answer: See previous answers 79.Question: Would Cornell be an acceptable manufacturer on the sectional doors? They are listed under coiling doors but not sectional. Answer: Yes, if Cornell can match the four existing doors that remain. 80.Question: Please provide spec's on the asphalt and base course including depths. Answer: Refer to detail B on sheet C-010. 81.Question: Please provide specs and thicknesses of paving and sidewalks. Include any subbase and or reinforcing requirements. Answer: Sidewalks will be 4" minimum with wire mesh where not subject to vehicle traffic. Where subject to vehicle traffic 8" with #4 16" OC both directions. 82.Question: Can you provide plans and details on the site retaining wall? Refer to note 11/A-003 & detail 4/A-500. Answer: Refer to sheet C-010. 83.Question: Who currently services your landscape irrigation system? Answer: The County services the irrigation systems. 84.Question: Who currently services your fire suppression system? Answer: This varies year by year and is unknown currently. 85.Question: Who currently services your fire alarm system? Answer: This varies year by year and is unknown currently. 86.Question: Should the metal screen wall be the same material and colors as the PEMB panels? Answer: Yes. Refer to sheets A-201, A-202 and A-203. 87.Question: Is there a spec or more details on the awning? Refer to detail 2/A-512 Answer: The awning may be a manufactured product or custom made with similar dimensions. 88.Question: While reviewing the project documents, we noticed that Sheet A-601 appears to be corrupted / Blank and is downloading as a blank page. Could you please send over a corrected PDF of this sheet? Answer: See previous answers 89.Question: Will a bid bond be required? Page 9 Section C of RFP states no bid bond, but on page 21 it states a 5% bid bond is required. Answer: See previous answers 90.Question: Is abatement under the GC scope of work? Is there an abatement survey complete for the existing building? Answer: In progress. Any abatement will be handled under a separate contract. 91.Question: Are the building egress prints available? Answer: The egress plans are available on Bidnet. If CAD files are required, they will be provided to the awarded contractor. 92.Question: Are there any specific camera form-factor requirements (e.g. PTZ or LPR)? Answer: The cameras will be provided and installed by the County. The raceway will be provided by the contractor. 93.Question: Does/will the building require sensors on all exterior man doors? If yes, which doors will serve as the employee entrances/exits? Answer: Yes. Most exterior doors will serve as employee entrances / exits. 94.Question: Does/will the building require sensors on all the exterior overhead doors? Answer: Yes 95.Question: Do/will any exterior doors require an access control system (via key fob or keypad)? If yes, which doors? Answer: Yes, refer to the door hardware schedule and electrical drawings. 96.Question: Do/will any interior doors require an access control system? If yes, which doors? Answer: Yes, refer to the door hardware schedule and electrical drawings. 97.Question: Are there any exterior gates that require access control? If yes, will personnel be required to monitor public entry doors on the access control system? Answer: No 98.Question: Is there a need to monitor/control the system remotely (offsite) by management? Answer: No 99.Question: Does/will the building require: a PA(public address) system, BGM (background music), or sound masking? If yes, please list what services and at what locations. Answer: No 100. Question: Does/will the conference room require traditional video conferencing (e.g. camera, speaker, microphone, and video screen)? Answer: No 101. Question: Prints do not specify any WAP (wireless access point) locations for WiFi. Are WAP design and installation locations needed? Answer: The telecom cabling, WAPs, equipment, and terminations are not part of this contract and will be bid at a later date. 102. Question: The plans show 3 separate IT closets; are these to be interconnected via Ethernet or fiber? Answer: The telecom cabling, WAPs, equipment, and terminations are not part of this contract and will be bid at a later date. 103. Question: Prints do not distinguish between data and TV locations. If RG6 is required for TV, at what locations? Answer: See previous answers 104. Question: The plans state "Racks and equipment will be provided by Weld County IT". Does this include all wall jacks as well? Answer: The contractor is responsible for all cable trays, boxes, conduits, and other infrastructure shown. The County will provide all cabling equipment, racks, jacks, plates, and terminations under a separate contract. 105. Question: Will the Ethernet cabling require a certification printout? Answer: Cabling will be provided by the County under a separate contract. 106. Question: Any and all cabling specific requirements are requested by low- voltage contractor from Weld County IT (e.g. Cat6A, shielded Cat6, fiber optic type). Answer: Cabling will be provided by the County under a separate contract. 107. Question: Is the existing fire alarm system to be reused, or is a new system required? Answer: The fire alarm system shall be a completely new system. Existing raceways may be used if applicable. 108. Question: Is the contractor responsible for all of the low voltage cabling for the Wight lighting controls and fixtures Answer: Yes, per manufacturers requirements. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: TCC Corporation 01/30/2026 Date of Signature Signature: Name: Ernie Crownover Title: President January 22, 2026 Addendum # 003 Bid Request Number B2500154 Weld County Motor Pool Complex Renovation and Addition Questions and Answers: 1. Question: The paint booth dimensions shown on the plan's conflict with the standard paint booths offered by the specified manufacturer. Please confirm the dimensions of the paint booth. Answer: Please see the attached corrected drawing. 2. Question: Please clarify gas line sizes. Example drawing P-240 shows multiple sizes for the same lines. "Route 4" gas line as high as possible" note points to gas line that is indicated as 2". Answer: Please see the attached corrected drawing. 3. Question: NGEX1 & NGEX2 appear on the electrical & architectural roof drawings but not the mechanical drawings. Please provide information. Answer: Refer to sheets EQ-109 and EQ-110. 4. Question: Duct insulation - M-001. Please clarify which ductwork on the roof will need to be double wall versus having wrapped insulation. Answer: All ductwork for RTUs 1-5 will be double walled ductwork. There will be no exposed wrapped ductwork. 5. Question: Please provide specifications for the 3" water meter. Answer: All water meters shall be Badger E-Series and purchased from the Water and Sewer Department. No exceptions. 6. Question: Is the owner hiring the 3rd party quality control, under separate contract? (soils compaction, concrete, etc.) Answer: Yes 7. Question: On question/answer 54 of Addendum 2, it states that there should be 3 flags at 5'x8'. However, the plans only show one flagpole that is only 20' high. Is this correct? Typically flags that big would be on a pole between 25'-30' tall. Each flag having its own pole. Please clarify height and quantity of flag poles. Answer: Contractor is to provide 3 Flag Poles. Two at 20' and one at 25'. Each flagpole shall have the proposed details and lighting as described in the drawings each. 8. Question: Metal building specification references FM4471 Class 1 for Factory Mutual Insurance. Is FM design required or should this be eliminated from spec? If required, there is not guidance on which FM classification we should design to. Answer: Provide FM 1-90 rating design for the roof. 9. Question: What collateral load do we design for on the vehicle shops? Open wall lean to's? Answer: Please see the attached drawings for loading. 10.Question: What collateral load do we use for the covered parking buildings? Answer: The covered parking will have lighting fixtures and conduits under the roof structure and should accommodate approximately 10psf of additional dead load for the rooftop solar. 11.Question: There is a fluid system suspended from the ceiling will this fall under the collateral load of do we need to support it with a "line load" specifically for that? If so what does it weigh in "plf'? Answer: The fluid delivery system is routed via in floor utility trenches and is not attached to the structure. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: TCC Corporation 01/30/2026 �' 1_ Date of Signature Signature: Name: Ernie Crownover Title: President January 27, 2026 i/ 9, .`" '' r `S50 QUALITY•INTEGRITY•DEPENDABILITY r r t. Lea. . 11 1 1 ),I Pill r r V r- ....—...---..--- vomi - ' �- • _ Ir 1 1 , e • • • n r Mr C... Ka 4,. v.,t Sy,w,• ";, 9 ADDRESS. °` 6820 Powell Street $a, Loveland, CO 80538 .,r•- 'jc t CONTACT. , it' i; .� .k��titi�jJ. • f 970-460-0583 • •;11,1 4.'`''' 1.i• WEBSITE. ', www.tcccorp.net ,.. . ', COVER LETTER Weld County Motor Pool Complex - Renovation and Addition - January 30, 2026 RE:Weld County Motor Pool Complex-Renovation and Addition- B2500154 Dear Weld County Selection Committee, TCC Corporation is pleased to submit our proposal for the Weld County Motor Pool Complex Renovation and Addition. We understand the importance of maintaining uninterrupted Motor Pool operations while executing a phased renovation and addition that enhances Weld County's fleet, maintenance, and operational capabilities. With more than 40 years of experience delivering public-sector construction projects across Colorado, TCC has developed a strong reputation for hands-on leadership, clear communication, and dependable results. Our team brings extensive experience with occupied facilities, phased construction, and complex building systems, ensuring work is carefully coordinated, safely executed, and delivered in alignment with County standards and expectations. TCC operates with a lean, locally focused structure that provides consistent leadership and accountability from preconstruction through closeout. This approach allows us to proactively manage cost, schedule, and quality while maintaining open collaboration with County staff, consultants, and inspectors throughout the project. We look forward to the opportunity to partner with Weld County to deliver this project successfully. Should you have any questions or wish to discuss our approach further, please contact us at your convenience. Primary Contact: Name: Brian Crownover Title: Vice President / Senior Project Manager Phone: (970) 371-8404 Email: bcrownover@tcccorp.net Respectfully Submitted, Ernie Crownover 9 ADDRESS. 6820 Powell Street, President Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net TABLE OF CONTENTS 1. PROJECT UNDERSTANDING 2. DELIVERY METHOD QUALITY•INTEGRITY•DEPENDABILITY 3. RELEVANT PROJECT EXPERIENCE 4. RELEVANT PROJECT EXPERIENCE 5. RELEVANT PROJECT EXPERIENCE 6. RELEVANT PROJECT EXPERIENCE 7. RELEVANT PROJECT EXPERIENCE 8. RELEVANT PROJECT EXPERIENCE 9. RELEVANT PROJECT EXPERIENCE 10. RELEVANT PROJECT EXPERIENCE 11. RELEVANT PROJECT EXPERIENCE 12. RELEVANT PROJECT EXPERIENCE 13. RELEVANT PROJECT EXPERIENCE 14. COMPANY SIZE AND FINANCIAL CAPACITY 15. PROJECT TEAM RESUME - BRIAN CROWNOVER 16. PROJECT TEAM RESUME - JORDAN CARDENAS 17. CRITICAL ISSUES 18. CRITICAL ISSUES 19. PROJECT COST CONTROL AND REGULATORY COMPLIANCE 20. QUALITY CONTROL AND OSHA 21. CLAIMS, SUITS, AND DAMAGES 22. COMPANY OWNERSHIP CHANGE 23. WORK LOCATION AND FAMILIARITY 24. PRELIMINARY SCHEDULED AND PHASING APPROACH 25. PRELIMINARY SCHEDULED AND PHASING APPROACH 26. PRELIMINARY SCHEDULED AND PHASING APPROACH 27. PRICING AND ESTIMATING 28. COST SAVING AND VALUE OPPORTUNITIES 29. COST SAVING AND VALUE OPPORTUNITIES 30. COST SAVING AND VALUE OPPORTUNITIES 9 ADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTAC . 970-460-T0583 WEBSITE. IMO www.tcccorp.net a; Y PROJECT UNDERSTANDING Weld County Motor Pool Complex - Renovation and Addition Understanding of Project Scope and Objectives TCC Corporation demonstrates a clear understanding of the scope, objectives, and constraints associated with the Weld County Motor Pool Complex Renovation and Addition. This project requires the successful execution of phased renovation and new construction while maintaining full functionality of existing Motor Pool operations until the new additions are complete and ready for occupancy. The scope includes comprehensive civil, structural, architectural, mechanical, electrical, plumbing, fire protection, access control, utility infrastructure, and specialized vehicle and equipment systems, along with extensive coordination of equipment procurement and installation. The project also requires careful management of site logistics, traffic control, temporary services, weather protection, and restoration of existing site conditions not permanently impacted by construction. To support these objectives, TCC will rigorously vet subcontractors to ensure they have the appropriate experience, workforce capacity, safety record, and technical expertise to perform specialized scopes in an occupied, operational environment. In addition to the core building and site work, TCC understands that this project includes several project-specific, technically complex scopes that require early planning and disciplined coordination. These include upgrading electrical service and connecting new construction to existing infrastructure, installation of utility floor trench systems, vehicle fluid distribution systems, compressed air systems, paint booth infrastructure, specialized vehicle equipment, construction of a second floor within an existing building, and snow melt systems. These elements require close coordination between trades, advance procurement of long-lead components, and precise sequencing, supported by carefully selected subcontractors capable of meeting performance, safety, and schedule requirements. A critical objective of this project is maintaining uninterrupted County operations within an occupied facility. This includes strict adherence to approved work hours, advance coordination of system shutdowns, protection of existing finishes and equipment, and clear communication with County staff. TCC understands that safety, operational continuity, quality workmanship, and schedule reliability are essential measures of success for this project, along with full compliance with all Federal, State, and Local requirements. QADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net DELIVERY METHODOLOGY Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGPITY•DEPENDAIBILi"r Proposed Methodology to Meet Project Goals TCC's methodology is built around proactive planning, disciplined execution, and consistent onsite leadership to meet Weld County's project goals. Our approach begins with detailed preconstruction planning focused on phasing, sequencing, logistics, and early identification of long-lead equipment and materials. This ensures that construction activities are aligned with the County's operational needs and the required project completion date. As part of this planning effort, TCC implements a rigorous subcontractor vetting and selection process to ensure all trade partners are qualified, properly staffed, and aligned with the project's operational, schedule, and quality goals. Subcontractors are evaluated based on relevant experience, workforce capacity, safety performance, and past results on similar projects. This early vetting helps establish clear expectations, reduces risk, and supports reliable execution throughout construction. TCC will provide full-time onsite supervision throughout all phases of construction, supported by structured coordination meetings, detailed scheduling, and clear documentation processes. Submittals, RFIs, inspections, and approvals will be actively tracked and managed to avoid delays and maintain transparency. All work impacting existing operations will be coordinated in advance with the County Project Manager, including written approval for system shutdowns, access restrictions, or work outside normal business hours. Cost control and quality management are integrated into TCC's methodology through detailed budgeting, clearly defined scopes of work, disciplined subcontractor coordination, and ongoing quality inspections. Our team emphasizes doing work correctly the first time, minimizing rework, and ensuring all systems are installed, tested, and commissioned in accordance with the project documents. Through this structured and collaborative approach, TCC will deliver a high-quality renovation and addition that meets Weld County's operational, schedule, and budget objectives while maintaining safety, functionality, and accountability throughout the project lifecycle. A critical objective of this project is maintaining uninterrupted County operations within an occupied facility. This includes strict adherence to approved work hours, advance coordination of system shutdowns, protection of existing finishes and equipment, and clear communication with County staff. TCC understands that safety, operational continuity, quality workmanship, and schedule reliability are essential measures of success for this project, along with full compliance with all Federal, State, and Local requirements. QADDRESS. 6820 Powell Street, Loveland,CO 80538 r CONTACT. �e 970-460-0583 7 ® WEBSITE. www.tcccorp.net 3 RELEVANT PROJECT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition Similar and Related Project Experience TCC Corporation has successfully completed numerous large-scale construction projects within the past five years that closely align with the scope, complexity, and operational constraints of the Weld County Motor Pool Complex Renovation and Addition. These projects include ground-up construction, phased additions, occupied- facility renovations, complex sitework, utility coordination,and specialized building systems. Over the past 14 years, TCC has completed more than 25 projects for Weld County, maintaining a consistent workload of at least three active Weld County projects per year over the past five years. This long-standing relationship has provided TCC with a deep understanding of Weld County's project specifications, procedures, review processes, and operational expectations. Our team is familiar with County standards for coordination, documentation, inspections, and closeout, allowing us to work efficiently within established County processes and avoid unnecessary delays or rework. Our experience spans public and private sector projects requiring disciplined execution, extensive coordination, and careful planning to maintain ongoing operations while delivering new construction and renovations. Each project listed below reflects TCC's ability to manage schedule, quality, safety, and operational continuity in complex environments similar to the Weld County Motor Pool Complex. Projects with Direct Relevance to This RFP The projects listed below directly relate to the Weld County Motor Pool Complex Renovation and Addition due to their shared characteristics, including phased construction in occupied facilities, complex site logistics, extensive utility coordination, and integration of mechanical, electrical, plumbing, fire protection, and specialized equipment systems. TCC's experience with large vehicle service facilities, pre-engineered metal buildings, detention and stormwater infrastructure, and secure operational environments directly translates to the technical and logistical demands of the Motor Pool project. Our work on Weld County-owned facilities demonstrates our ability to maintain safety, operational continuity, and quality while delivering projects within defined schedules and budgets, in close coordination with County staff. This depth of experience, combined with our long-standing, consistent partnership with Weld County, positions TCC Corporation to effectively manage the scope, phasing, and coordination required to successfully deliver the Weld County Motor Pool Complex Renovation and Addition. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 • WEBSITE. • www.tcccorp.net RELEVANT EXPERIENCE y Weld County Motor Pool Complex - Renovation and Addition Loveland Ford Pro Elite • Location: 3920 Mountain Lion Drive, Loveland, Colorado 80537 • Project Size: 61,000 SF building; 15 acres of site work • Completed Construction Value: $17,124,739.00 • Construction Schedule: February 1, 2023 - December 20, 2023 • Delivery Method: Design Build Brief Scope of Work: This project consisted of the ground-up construction of a 61,000-square-foot Ford Pro Elite Service Center in Loveland, Colorado. The facility includes a commercial motor vehicle service garage, customer lounge, offices, and parts storage constructed using a structural steel and CMU building system, along with full site development across approximately 15 acres, including underground detention ponds, complete utility infrastructure, and extensive concrete paving. The project required early and extensive coordination of specialized service equipment, long-lead materials, and multiple trade partners to support heavy-duty vehicle operations. TCC coordinated procurement, delivery, and installation sequencing of equipment and building systems in advance, while also managing site logistics, utilities, and stormwater systems. Close coordination with surrounding businesses and neighboring properties was maintained to ensure safe access and minimize disruption. Through this proactive approach, TCC delivered a complex, equipment-intensive facility with integrated systems, efficient workflow, and dependable schedule performance. TCC Project Team: Brian Cownover, Project Manager/ Jordan Cardenas, Superintendent Owner: WWW Enterprise - Jay Weibel, Owner - (970) 215-1574 Architect Contact: Infusion Architects, LLC - (303) 710-1892 PRO ,.. ax .tea. gym} n "S aeftit' wig Tr , ... /.tea / �:•; —. .,. i..,�.-... �" •� .�J r � QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 'r 970-460-0583 • WEBSITE. • www.tcccorp.net RELEVANT EXPERIENCE Weld County Motor Pool Complex - II Renovation and Addition QUALITY•i: Loveland Ford Pro Elite Photos • _r T i a - ,, Op* - � m - - A - d 11 i �� s ._ 'T1,r 1,! .,4,,,rj•. ;:,[i.i'[(1I.,:.x4,.f..\,*, -iI-T).[_[,.,„•[, ...,:i.,-.,.._,.-;-..:. , ' _ ; I.: ..-: � K r , , , -_ 11. ' h - "lam --1 d i .•4 _.0,,_ 1 9 • l •1 4 i 1 e-_ .1 1. T"I ■ .;� _ .� = �` ,,E �: .. f '. PRO ..- ,/ ,Z : Mri 1 a Elite +� Commercial . t. is 44 ',wr a� Service V ti .' _ -J q QADDRESS. �� ' 6820 Powell Street, Loveland,CO 80538 � � t'- t CONTACT. 970-460-0583 WEBSITE. IMB www.tcccorp.net 6 RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition Fort Collins Kia • Location: 5811 South College Avenue, Fort Collins, Colorado 80525 • Project Size: 43,705 SF building, 121,000 SF sitework • Completed Construction Value: $15,389,484.00 • Construction Schedule: September 1, 2024 - September 31, 2025 • Delivery Method: Design-Build Brief Scope of Work: This project involved the complete demolition and redevelopment of an existing automotive dealership in Fort Collins, Colorado. The new facility features a modern Pre-Engineered Metal Building (PEMB) supporting a full- service automotive operation, including a customer showroom, administrative offices, and a fully equipped service garage, along with site coordination, utilities, concrete paving, interior finishes, and complete mechanical, electrical, and plumbing systems. TCC Corporation provided full Design-Build services, including architectural coordination, structural integration, MEP design, permitting, and construction execution. The project required extensive early coordination of subcontractors, suppliers, and specialized equipment, including procurement of long-lead items and sequencing of installations to support high-volume service operations. The facility was delivered to current brand standards while improving operational efficiency, workflow, and long-term durability, demonstrating TCC's ability to manage complex, equipment-intensive facilities through proactive coordination and disciplined schedule control TCC Project Team: Brian Cownover, Project Manager/ Jordan Cardenas, Superintendent Owner: WWW Enterprise - Jay Weibel, Owner - (970) 215-1574 Architect Contact: Infusion Architects, LLC - (303) 710-1892 &CLIP FORT c01_1_1NS 4 OADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 WEBSITE. } ti ® www.tcccorp.net RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGPITY•DEPENDABILITY Fort Collins Kia Pictures - .., m .. • q - „� j. .\ I i N�� �• j11 '_ \ r _ � •.. ..11„' ,',_ 1 Mew •. .:.11 ,c. iimiih,1..,, ...1 Z / lb I_ i a- _ _a �_ • ,, .. 1 1 '0, --...--' ', ,- :o- \\\ \ 1 . . 111 ill ir' ' l am- S`• /1 F, r It' fl fi 04 ' i . . , ,..,.A .._.__. 4/1/ _ 1460. __. 0.11,11 , p i7.4._':',i i; ..1/. "lie elk _r � Zr f l� _ - 'I I! Q ADDRESS. —' ?t" 6820 Powell Street, Loveland,CO 80538 C CONTACT. 970-460-0583 WEBSITE. t■� www.tcccorp.net k RELEVANT EXPERIENCE `A 5 Weld County Motor Pool Complex - f ,` Renovation and Addition z Fort Collins Nissan • Location: 5721 South College Avenue, Fort Collins, Colorado 80525 • Project Size: 55,000 SF building; 15 acres of site work • Completed Construction Value: $22,000,000.00 • Construction Schedule: July 1, 2023 - November 15, 2024 • Delivery Method: Design Build Brief Scope of Work: This project involved a complete development of an existing automotive dealership site in Fort Collins, Colorado, including the construction of a new, modern vehicle service and sales facility. The scope included a customer showroom, administrative and sales offices, and a fully equipped repair and maintenance garage designed to support high-volume service operations, along with extensive civil and sitework across approximately 15 acres, including underground utilities, concrete paving, three detention ponds, a new roadway, and traffic signal installation. The project required early coordination of specialized service equipment, long-lead materials, and multiple trade partners to support operational requirements. TCC coordinated procurement, delivery, and installation sequencing in advance while also managing utilities, stormwater systems, traffic control, and site logistics. Close coordination with surrounding businesses, neighboring properties, and local jurisdictions was maintained to ensure safe access and minimize disruption throughout construction.This proactive approach resulted in a durable, efficient facility delivered with integrated building systems, large-scale site development, and strong schedule control. TCC Project Team: Brian Cownover, Project Manager / Beau Little, Superintendent Owner: WWW Enterprise - Jay Weibel, Owner - (970) 215-1574 Architect Contact: Infusion Architects, LLC - (303) 710-1892 ry- Js1,1011 = r 11 !!:u ri ` i 11111111 III U1 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 I.. WEBSITE. f" = www.tcccorp.net RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition Fort Collins Nissan Pictures _ �"' ').r•i 4,Vkts- - ' - , 4%.'4111-"4'4,,,, '.:,...4.046,,,.."-; wA • - � 1 - �.� 4 - It w L _ f 1. 1 _ 1 iY _.e _.-�. +v, = ` t , 4 _ I ` f--- - Ili �'Jf1J�1'1 ,!!�' �n. -,-®` '+i 3 /// IIIv "is s j o ,. 1 lik:;ft...- --011ftr.t..... • 11��+ --41 Ali »\ 1 _� _ "i ». d • -*"+ . „rP-1111Rpl Ail �„ - ----- ''-F—.7.-.--L--_-_,- .. -,....___1-,:,._ ,1,4,,iiii:_ - - - - , : ,...,0. .- ' ,' ,L� NM 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 ,.. WEBSITE. ... ••• www.tcccorp.net 10 RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition Weld County Jail Booking Remodel • Location: 1 West, 1950 0 Street, Greeley, Colorado 80631 • Project Size: 2,250 SF • Completed Construction Value: $2,538,584.00 • Construction Schedule: July 2024 - January 2025 • Delivery Method: CM/GC Brief Scope of Work: This project involved the remodel of the jail booking area at the Weld County Jail, including upgrades to existing holding cells, interview rooms, and office spaces for both sheriff and detention staff. All work was performed within an active, high-security environment, requiring detailed phasing, extensive planning, and continuous coordination to maintain safety, security protocols, and uninterrupted facility operations. The scope included installation of new security and camera systems, enhanced life safety features, and durable, detention-grade finishes throughout the renovated areas. This project demonstrates TCC's ability to deliver sensitive renovations in occupied public facilities while maintaining strict safety controls, schedule discipline, and quality standards. TCC Project Team: Brian Cownover, Project Manager/ Beau Little, Superintendent Owner: Weld County - Alex Englebert, Project Manager - 970-381-8974 Architect Contact: Robert Shreve, Architect & Planning, 970-346-0151 I Try ■� I i - 0 ADDRESS. 6820 Powell Street, I oveland,CO 80538 t CONTACT. ‘` 970-460-0583 WEBSITE. :.. www.tcccorp.net RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGRITY•DEPENDABILITY Weld County Jail Booking Remodel & Addition Pictures Iii ,..` ' tt.:"1"..'-'--Hill 1 'Cis': ---1: i 1 y ti AMP A10111°.#11.1"."11 a \,.... ..../ ' Jilt _ . . 2 10:. It , ar. Figill-ii al I., -, - ...„,10.: - . i ,....a......„ ± '' iI , -- _ t : +i� ,+.At .. 4'r ., ✓ , , ---, _ 3` lr I is, . J 1 0 0 Y _ 't . ., A. ,- \ , --/P1 l, '\\ _ . l - L • 9 ti \,,,,, ..k_ .,\\ \i.. lk 0 ADDRESS. 6820 Powell Street, I oveland,CO 80538 CONTACT. 970-460-0583 ,.. WEBSITE. MO www.tcccorp.net : s.E{or RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEc TY Greeley Hyundai • Location: 4533 29th Street, Greeley, Colorado 80634 • Project Size: 20,300 SF building; 44,800 SF sitework • Completed Construction Value: $6,250,760.00 • Construction Schedule: March 3, 2025 - Expected January 30, 2025 • Delivery Method: CM/GC Brief Scope of Work: This project was delivered in multiple phases and included the construction of two new service buildings to support Greeley Hyundai's ongoing service operations, both completed in compliance with Hyundai Motor America standards and specifications. Phase two consisted of the complete demolition and redevelopment of the existing showroom and associated spaces, including a new service drive, upgraded service department, renovated parts room, and a new showroom with second-floor executive offices and restroom facilities. The project required careful phasing, sequencing, and coordination to maintain dealership operations throughout construction. The completed facility meets current brand standards, improves operational efficiency, and significantly enhances the experience for both customers and staff. This project demonstrates TCC's ability to manage phased construction within active facilities while maintaining schedule control, quality, and operational continuity. TCC Project Team: Brian Cownover, Project Manager / Beau Little, Superintendent Owner: Taber Properties, Ryan McManus, Project Manager, 970-397-6495 Architect Contact: Robert Shreve, Architect & Planning, 970-346-0151 s�.�l 9a r c i 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 C CONTACT. 970-460-0583 WEBSITE. BE. www.tcccorp.net RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition QUALITY•I'NTEGRITY•DEPENDADILITY Greeley Hyundai Photos -+ I 1 11 li ti :..... _. Ny` �._ s4 Id1_ ' Ir`. , • ego BFNal . . i — o- 1� ‘.\\721101—• \'""'s l'-' 11--------emm... ------- -:::'."1-741" - r x � . MM N r '3' ° •. l e --- g . i, _. ., v_ a 'i QADDRESS. _ 6820 Powell Street, l oveland,CO 80538 C CONTACT. 970-460-0583 WEBSITE. ... ••• www.tcccorp.net COMPANY SIZE AND FINANCIAL CAPACITY Weld County Motor Pool Complex - Renovation and Addition TCC Corporation employs 15 full-time and 5 part-time employees and maintains an annual operating revenue of approximately $46 million. Our size and structure are intentional and allow us to remain agile, responsive, and fully engaged throughout all phases of a project. This approach provides the financial capacity, staffing depth, and management oversight necessary to successfully deliver complex public-sector construction projects. While TCC's most recent annual revenue exceeded $46 million, the firm consistently maintains a strong and balanced workload, with more than $65 million in active contracts and awarded projects under management at any given time. This demonstrates TCC's ability to effectively manage multiple complex projects simultaneously while maintaining financial stability, staffing capacity, and consistent project leadership. TCC operates with a lean team model that emphasizes accountability and continuity. Rather than passing responsibilities between multiple departments or project teams, TCC assigns consistent leadership from preconstruction through final closeout. The same core personnel who participate in early planning, budgeting, and scheduling remain directly involved during construction and completion. This continuity eliminates information gaps, streamlines decision-making, and ensures issues are addressed quickly and effectively. This structure results in clearer communication, stronger coordination with owners and stakeholders, and a higher level of responsibility at every stage of the project. By maintaining direct ownership of scope, schedule, and quality, TCC reduces risk, minimizes change, and delivers dependable results. This consistent, hands-on approach has proven effective across TCC's sector work work and is a key reason clients continue to select TCC for projects requiring reliability, transparency, and accountability. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. ‘ne 970-460-0583 WEBSITE. •• www.tcccorp.net 17 CRITICAL ISSUES Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGRITY•DEPENDADILITY Critical Issues, Project Risks, and Overall Mitigation Strategy The Weld County Motor Pool Complex Renovation and Addition presents several critical risks that must be proactively managed to ensure project success. Based on our experience delivering phased, occupied, and vehicle-oriented facilities for public agencies, TCC Corporation has identified the following key risks and developed an integrated approach to mitigate them while maintaining safety, schedule, quality, and uninterrupted County operations. 1. Occupied Facility and Operational Continuity Risk Risk: The existing Motor Pool facility must remain fully operational throughout construction until the new additions are complete and ready for occupancy. Disruptions to fleet maintenance, fueling, dispatch, or administrative functions could directly impact County services. Mitigation: TCC will develop a detailed phasing and sequencing plan that clearly defines construction zones, operational zones, access routes, and transition milestones. Temporary services, walkways, barriers, and signage will be installed to maintain safe access for staff and visitors. Any work impacting existing operations will be coordinated in advance with the County Project Manager, including formal written approval for system shutdowns, access restrictions, or work outside normal business hours. This approach ensures continuity of operations while construction progresses safely and efficiently. 2. Phased Construction and Site Logistics Risk Risk: The phased nature of the project, combined with active vehicle traffic, limited staging space, and ongoing County operations, creates logistical challenges related to deliveries, material storage, equipment movement, and workforce coordination. Mitigation: TCC will implement a comprehensive site logistics plan addressing delivery scheduling, material handling, equipment staging, traffic control, and daily housekeeping. Deliveries will be coordinated to avoid peak operational periods, and on-site storage will be clearly designated to prevent interference with Motor Pool activities. A full-time onsite superintendent will actively manage site conditions and coordinate daily activities to maintain safe, organized, and efficient operations. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. I.. www.tcccorp.net 0 970-371-8404 Brian bcrownover@tcccorp.net Crownover uu 6820 Powell Street, Vice President/Senior Project Manager Loveland,CO 80538 PROFESSIONAL SUMMARY SKILLS Brian Crownover is a senior executive leader at TCC Corporation with nearly * Leadership * Critical Thinking two decades of experience delivering complex commercial and public-sector * Detail-Oriented * Calm&Decisive construction projects.Having been with TCC since 2007,Brian began his career * Communication * Organization as a Superintendent and advanced into Project Management and executive leadership,bringing deep field experience and operational insight to every EDUCATION project. University of Colorado-Boulder,CO As a co-owner of TCC Corporation,he provides strategic oversight across all CERTIFICATIONS phases of construction,from preconstruction planning through final closeout.His background in architecture and construction allows him to bridge design intent Completed OSHA 30 Hour Construction Safety with constructability,driving efficient execution,cost control,and schedule training along with Colorado Safety Association coursework,including scaffold safety,suspended reliability.Brian is known for his disciplined approach to safety,precision,and access and rigging,and construction site quality,and for building trusted relationships with owners,architects,engineers, supervision.Certified as a CDOT Transportation and subcontractors to consistently deliver successful project outcomes. Erosion Control Supervisor(TECS). REFERENCES PROJECT EXPERIENCE * Will Hopkins-Senior PM-Weld County Facilities * Fort Collins Kia Dealership-$15M-Fort Collins,CO Department-970-227-7588 * Fort Collins Nissan Dealership-$22M-Fort Collins,CO * Jay Weibel-Dealership Owner-970-215-1574 * Ford Pro Elite Service Center-$17M-Loveland,CO * Todd Maul-Elway Dealer Owner-970-875-9069 * Chase Building Renovation-$6M-Greeley,CO * Alex Englebert-PM-WeldWeld County Facilities * Weld County Briggsdale Grader Shed-$1.7M-Briggsdale,CO Department-970-381-8957 * Weld County Jail Booking Renovation-$2.5M-Greeley,CO PRINCIPAL RESPONSIBILITES * Provides executive oversight across multiple projects to ensure alignment with owner expectations,contract requirements,quality standards, and company objectives * Directs all phases of the project lifecycle,including preconstruction strategy,constructability reviews,procurement,construction execution, and closeout * Oversees project budgets,cost forecasting,and financial controls to protect profitability and ensure accurate reporting at all stages * Reviews,approves,and enforces master project schedules,milestone planning,and recovery strategies to maintain schedule compliance * Leads change management efforts,including scope evaluation,pricing development,risk assessment,negotiation,and resolution with owners and stakeholders * Serves as a primary executive point of contact for owners,architects,engineers,inspectors,and key project partners * Provides leadership,mentorship,and accountability for project managers and superintendents to ensure consistent execution,quality,and performance standards * Maintains executive-level field oversight through regular site visits,progress reviews,and performance evaluations * Establishes,enforces,and monitors safety programs and compliance with company policies,OSHA regulations,and project-specific requirements * Supports business development and preconstruction pursuits by providing strategic input,project planning expertise,and risk evaluation ® 970-966_5306 Jordan , jcardenas@tcccorp.nnet Cardenas m i ,A„ Superintendent Powell Street, Superintendent/Project Manager Loveland,CO 80538 PROFESSIONAL SUMMARY SKILLS Jordan Cardenas is a versatile construction professional at TCC Corporation * Leadership * Strategic Thinking with experience spanning both project management and field supervision.With * Adaptability * Problem-Solving a strong background in disaster response and water restoration,Jordan brings * Communication * Urgency adaptability,urgency,and problem-solving skills to every project he supports.He is known for seamlessly balancing hands-on field involvement with the EDUCATION responsibility of managing his own projects,allowing him to step in wherever Colorado General Contractor-Class B needed while maintaining accountability for schedule,quality,and cost. Construction Course Jordan prioritizes safety on every job site,ensuring crews and subcontractors adhere to established safety standards and best practices.He is highly relationship-driven,working closely with owners and subcontractors to foster CERTIFICATIONS trust,clear communication,and efficient execution.Jordan takes pride in 30-HR OSHA;Forklift/AeriaV Scissor Certifications delivering projects on time and in alignment with owner expectations, consistently supporting TCC's commitment to quality,reliability,and teamwork. REFERENCES PROJECT EXPERIENCE * Mike Philips,Alternative Homes for Youth- * Fort Collins Kia Dealership-$15M-Fort Collins,CO 970-397-1847 * Ford Pro Elite Service Center-$17M-Loveland,CO * Jay Weibel-Dealership Owner-970-215-1574 * Alternative Homes for Youth-$2.5M-Greeley,CO * Cody Bays-Northern Colorado Marine- * Weld County Motor Pool-$100K-Greeley,CO 970-619-0416 * Monfort Children's Clinic-$800K-Greeley,CO * Bob Maulk-All Phase Restoration-970-581-0078 * UNC Chiller Replacement-$1.2M-Greeley,CO PRINCIPAL RESPONSIBILITES * Manages on-site operations by leading crews,coordinating subcontractors,and ensuring work is executed safely,efficiently,and in accordance with contract documents and quality standards * Oversees daily field activities with clear communication between project teams and stakeholders to maintain alignment with schedules, milestones,and owner expectations * Reviews and tracks project schedules and budgets,identifying potential risks early and implementing proactive solutions to maintain progress and cost control * Drives coordination and accountability through regular production meetings,clear expectation setting,and follow-through on deliverables * Maintains high-quality workmanship through routine inspections,punch list development,and enforcement of contract compliance * Enforces jobsite safety through regular hazard assessments,toolbox talks,and maintaining a clean,organized,and compliant work environment * Documents and tracks project activities through daily field reports,RFIs,submittals,change orders,and inspection logs to ensure transparency and accountability * Coordinates with inspectors and authorities having jurisdiction to secure timely approvals,pass inspections,and achieve successful project closeout * Supports overall project success by contributing to estimating,budgeting,IT coordination,branding,marketing,and community outreach efforts 17 CRITICAL ISSUES Weld County Motor Pool Complex - Renovation and Addition Critical Issues, Project Risks, and Overall Mitigation Strategy The Weld County Motor Pool Complex Renovation and Addition presents several critical risks that must be proactively managed to ensure project success. Based on our experience delivering phased, occupied, and vehicle-oriented facilities for public agencies, TCC Corporation has identified key risks related to occupied operations, phased construction, utility coordination, subcontractor performance, safety, schedule control, and equipment-intensive systems. TCC mitigates these risks through early planning, disciplined coordination, consistent onsite leadership, and a rigorous subcontractor vetting process that evaluates experience, capacity, safety performance, and past results. This integrated approach allows TCC to manage risk decisively while maintaining safety, schedule reliability, quality workmanship, and uninterrupted County operations throughout the project. 1. Occupied Facility and Operational Continuity Risk • Risk: The existing Motor Pool facility must remain fully operational throughout construction until the new additions are complete and ready for occupancy. Disruptions to fleet maintenance, fueling, dispatch, or administrative functions could directly impact County services. • Mitigation: TCC will develop a detailed phasing and sequencing plan that clearly defines construction zones, operational zones, access routes, and transition milestones. Temporary services, walkways, barriers, and signage will be installed to maintain safe access for staff and visitors. Any work impacting existing operations will be coordinated in advance with the County Project Manager, including formal written approval for system shutdowns, access restrictions, or work outside normal business hours. This approach ensures continuity of operations while construction progresses safely and efficiently. 2. Subcontractor Performance and Workforce Reliability • Risk: Subcontractor non-performance or insufficient manpower can negatively impact schedule, quality, and coordination, particularly on projects with complex phasing, specialized equipment, and strict operational requirements. • Mitigation Approach: TCC mitigates the risk of subcontractor non-performance through disciplined prequalification, clear scope definition, and active performance monitoring throughout the project. Subcontractors are selected based on experience, workforce capacity, safety record, and past performance, with regular coordination and field oversight used to identify issues early. If a subcontractor fails to meet contractual obligations, TCC takes decisive action to protect the project, including supplementing labor, reassigning scope, or replacing the subcontractor as necessary, ensuring schedule integrity, quality standards, and uninterrupted project progress. QADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 WEBSITE. :.. - ••• www.tcccorp.net CRITICAL ISSUES Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEG(�21TY•DG 3. Phased Construction and Site Logistics Risk • Risk: The phased nature of the project, combined with active vehicle traffic, limited staging space, and ongoing County operations, creates logistical challenges related to deliveries, material storage, equipment movement, and workforce coordination. • Mitigation: TCC will implement a comprehensive site logistics plan addressing delivery scheduling, material handling, equipment staging, traffic control, and daily housekeeping. Deliveries will be coordinated to avoid peak operational periods, and on-site storage will be clearly designated to prevent interference with Motor Pool activities. A full-time onsite superintendent will actively manage site conditions and coordinate daily activities to maintain safe, organized, and efficient operations. 4. Utility Coordination and System Shutdown Risk • Risk: The project requires integration of new electrical, mechanical, plumbing, fire protection, and utility systems with existing infrastructure that supports active operations. Improper coordination could result in unplanned outages or operational impacts. • Mitigation: TCC will identify all required utility tie-ins and shutdowns early in the project and coordinate them through formal RFIs and written requests in accordance with County procedures. Shutdowns will be scheduled with sufficient notice, planned during approved windows, and executed with contingency planning to minimize duration and risk. All work will be performed by qualified, licensed trades, with inspections coordinated and attended by TCC personnel. 5. Schedule Risk and Long-Lead Items • Risk: Long-lead equipment, specialty systems, and material procurement present a risk to meeting the required project completion date if not identified and managed early. • Mitigation: During preconstruction, TCC will identify long-lead items and incorporate procurement milestones directly into the project schedule. Early submittals, proactive review tracking, and advance ordering will be prioritized. Schedule updates will be reviewed regularly with the County to ensure transparency and allow for early resolution of potential impacts. 6. Safety and Security Risk • Risk: Construction activities occurring adjacent to active County operations increase the risk of safety incidents involving staff,visitors, and contractors if not properly controlled. • Mitigation: TCC will implement a site-specific safety plan addressing access control, separation of work zones, vehicle and pedestrian routing, and daily safety inspections. Controlled access points and physical barriers will be maintained at all times. All personnel will be briefed on safety expectations and site protocols, and compliance will be actively enforced. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. v 970-460-0583 WEBSITE. ••.. •' www.tcccorp.net PROJECT COST CONTROL AND REGULATORY COMPLIANCE Weld County Motor Pool Complex - � cJ Renovation and Addition Cost Control for Prime Contractor and Subcontractors TCC Corporation employs a disciplined cost control process designed to provide transparency, accountability, and predictability throughout the project lifecycle. Cost control begins during preconstruction with detailed quantity takeoffs, clearly defined scopes of work, and competitive subcontractor procurement. Subcontract agreements are structured with clearly defined inclusions, exclusions, and coordination responsibilities to minimize scope gaps and cost risk. Once construction begins, TCC tracks project costs through detailed cost reports that monitor commitments, approved changes, and forecasted final cost. All subcontractor pay applications are reviewed for accuracy, percentage complete, and compliance with contract requirements before approval. Changes in scope are managed through a formal change management process requiring written authorization prior to execution, ensuring that cost impacts are identified, reviewed, and approved in advance. TCC maintains continuous communication with subcontractors regarding schedule, manpower, and productivity to avoid cost overruns related to delays or inefficiencies.This proactive approach allows TCC to identify potential cost impacts early and work collaboratively with the County to mitigate risk while maintaining budget control. Federal, State, and Local Compliance TCC Corporation ensures compliance with all applicable Federal, State, and Local laws, codes, ordinances, and regulatory requirements through structured processes and experienced oversight. Our team coordinates permitting, inspections, and approvals with Weld County, the City of Greeley, and all applicable authorities having jurisdiction. All work will be performed by properly licensed and qualified trades in accordance with project specifications and regulatory requirements. Required inspections will be scheduled, attended, and documented by TCC personnel. Utility coordination, right-of-way requirements, and system shutdown approvals will be managed in strict accordance with County procedures and timelines. Compliance is reinforced through ongoing documentation, including daily logs, inspection records, safety reports, and closeout documentation. This ensures transparency, accountability, and adherence to all contractual and regulatory obligations throughout the project. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 WEBSITE. I.' • www.tcccorp.net 20 QUALITY CONTROL AND OSHA Weld County Motor Pool Complex - Renovation and Addition Project-Wide Quality Management TCC Corporation implements a comprehensive quality control program that spans preconstruction through final closeout and reflects our core values of quality, integrity, and dependability. Quality expectations are established early through coordination reviews, constructability assessments, and clear communication of project requirements to subcontractors and field staff. During construction, quality is managed through scheduled inspections, milestone reviews, and verification of work against the contract documents. TCC's field leadership conducts regular quality inspections to confirm proper installation, coordination between trades, and compliance with specifications. All deficiencies are documented and addressed promptly, ensuring accountability and preventing rework or downstream impacts. Testing, commissioning, and system verification are coordinated for all major building systems to ensure proper operation prior to acceptance. Closeout activities include verification of completed work, delivery of as-built documentation, O&M manuals, warranties, and formal training for County staff as required. This structured and transparent approach reinforces TCC's commitment to quality, integrity, and dependability, delivering a durable, high-quality project that meets Weld County's operational and long- term performance expectations. OSHA Citations and Safety Record TCC Corporation has not received any OSHA citations for violations within the past twenty-five (25) years. Safety is a core component of our operations and is integral to our commitment to quality, integrity, and dependability on every project. All members of TCC's project team assigned to this project are OSHA-certified and trained to work safely within active and occupied environments. TCC enforces site-specific safety plans, regular safety meetings, and continuous field oversight to ensure compliance with OSHA standards and all applicable Federal, State, and Local safety regulations. This proactive safety culture helps protect workers, County staff, and the public while minimizing risk and maintaining uninterrupted project progress. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net CLAIMS, SUITES AND DAMAGES Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGPITY•DEPENDAOILITY November 2024 - Arbitration TCC served as the General Contractor. The opposing party is the HVAC subcontractor. The dispute concerns a payment disagreement stemming from the subcontractor's nonperformance and damage to surrounding work and property. Arbitration is scheduled for September 29 - October 1, 2025. The case was resolved through arbitration. Liquidated Damages History TCC Corporation has not been assessed liquidated damages on any project. Our projects are planned and executed with a strong emphasis on schedule control, proactive coordination, and direct accountability to ensure contractual milestones and completion requirements are consistently met. QADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 WEBSITE. I.. •• www.tcccorp.net 22 COMPANY OWNERSHIP CHANGES Weld County Motor Pool Complex - Renovation and Addition QUALTv.INTEGRTY•DCPC"DA°II_ Within the past five (5) years, TCC Corporation has experienced a minority ownership addition as part of its planned leadership development and long-term growth strategy. In 2024, Jordan Cardenas became a minority owner of TCC Corporation. This change was implemented with a smooth, deliberate transition designed to support long-term continuity and provide consistent service for years to come. This ownership change did not result in any disruption to company operations, management structure, or project delivery. Jordan Cardenas has consistently demonstrated strong leadership, accountability, and commitment to TCC's core values of quality, integrity, and dependability, and has become a key contributor to project execution and team development. He has the full support of executive leadership, ownership, and team members and continues to play an active role in strengthening internal processes and supporting company growth. TCC Corporation remains financially stable, locally owned, and committed to maintaining continuity in leadership, culture, and project execution, ensuring reliable service and consistent project delivery for our clients well into the future. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net WORK LOCATION AND FAMILIARITY Weld County Motor Pool Complex - Renovation and Addition Proposer Location and Coordination with Weld County TCC Corporation's main office is located in Loveland, Colorado, with previous office locations in Greeley and Weld County. Our proximity to the project site allows for consistent onsite presence, responsive coordination, and direct engagement with Weld County staff throughout all phases of the project. Our location will not impact project coordination in any way. TCC assigns full-time onsite leadership and maintains readily available project management staff to ensure prompt communication, rapid issue resolution, and consistent collaboration with the County. Our team is accustomed to working closely with County representatives, inspectors, and consultants, and we prioritize in-person coordination when beneficial to the project. Familiarity with Weld County Specifications and Policies TCC Corporation has worked with Weld County for more than 15 years, delivering projects under County specifications, procedures, and operational requirements. Our Vice President and Senior Project Manager, Brian Crownover, has been directly involved in many of these projects and brings extensive experience navigating Weld County's standards, approval processes, and expectations. We are thoroughly familiar with Weld County project specifications, RFP requirements, RFI protocols, submittal procedures, inspection processes, and closeout documentation standards.This familiarity allows TCC to proactively address requirements, minimize delays, and avoid unnecessary changes or cost impacts. Our approach emphasizes early coordination, clear documentation, and strict adherence to County procedures. Knowledge of Weld County and Collaborative Approach TCC Corporation has a strong working knowledge of Weld County's operational needs, facilities standards, and public-service priorities. Through years of collaboration, we have developed strong professional relationships with County staff and understand the importance of delivering projects that support uninterrupted operations, long-term durability, and responsible use of public funds. Our team takes a proactive and collaborative approach on all Weld County projects, working to resolve issues early and avoid change orders whenever possible. When changes are necessary, we communicate openly, provide clear documentation, and focus on solutions that align with the County's goals. This cooperative mindset allows TCC to add value through thoughtful planning, efficient execution,and dependable delivery. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. IMO 3 • www.tcccorp.net 24 PRELIMINARY SCHEDULE AND PHASING APPROACH Weld County Motor Pool Complex - Renovation and Addition The Weld County Motor Pool Complex Renovation and Addition will be delivered through a structured, multi-phase approach that maintains uninterrupted Motor Pool operations while sequencing work safely and efficiently. The following phasing schedule is based on an anticipated contract execution in March 2026 and achieves final completion within the required contract time. This approach prioritizes early utility and infrastructure enabling work, construction of new facilities prior to renovation of the existing building, and a controlled operational transition to minimize risk, maintain safety, and ensure continuous support of County fleet operations throughout the project. Phase 1 - Utility and Electrical Enabling Work - April 2026 -- August 2026 Key Milestones: • New electrical equipment is installed and operational • New pad-mounted transformer installed and energized • Existing electrical system successfully back-fed • New water service established for the Wash Building Phase Activities: • Install new electrical equipment in the existing building; remove or relocate existing equipment as required • Remove existing trees as needed for utility installation • Install and connect the new pad-mounted transformer • Back-feed the existing electrical distribution system to maintain continuous operations • Coordinate removal of existing pad-mounted transformer, primary feeds, and service entrance • Provide new water service to the Wash Building and disconnect the existing water service from the Motor Pool building This phase establishes the critical utility and electrical infrastructure required to support new construction activities, reduce risk to existing operations, and ensure uninterrupted Motor Pool functionality while safely transitioning services to support subsequent phases of work. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 C CONTACT. 970-460-0583 :.. WEBSITE. www.tcccorp.net 25 PRELIMINARY SCHEDULE AND PHASING APPROACH Weld County Motor Pool Complex - QUAL,Tv PITY.OEPEN111. Renovation and Addition Phase 2 - New Construction and Site Separation - May 2026 -- October 2026 Key Milestones: • Construction fencing and site separation in place • Small Vehicle Shop building enclosed • Large Vehicle Shop building enclosed Phase Activities: • Install construction fencing to separate the existing Motor Pool facility from active construction areas • Coordinate laydown areas, material staging, and construction activity zones with Weld County • Construct the Small Vehicle Shop and Large Vehicle Shop, including foundations, structure, building envelope, and core building systems This phase allows the new facilities to be constructed independently while the existing Motor Pool remains fully operational, establishing a safe separation between construction and active operations and creating the foundation for a seamless transition into the new buildings in subsequent phases. Phase 3 - Transition and Existing Building Renovation - October 2026 -- March 2027 Key Milestones: • New facilities are fully operational • Motor Pool services successfully transitioned • Existing building renovation is substantially complete Phase Activities: • Relocate Motor Pool services into the new facilities once fully operational • Contractor to relocate all large and permanently installed equipment and install equipment within the additions • Renovate the existing Motor Pool building in accordance with the project documents Transition activities will be carefully coordinated with County staff through detailed planning, advance communication, and controlled sequencing to ensure continuity of operations, protect critical equipment, and maintain safety and efficiency throughout the transition and renovation process. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. I.' •• www.tcccorp.net 26 PRELIMINARY SCHEDULE AND PHASING APPROACH Clog Weld County Motor Pool Complex - Renovation and Addition Phase 4 - Site Completion and Project Closeout - March 2027 -- May 2027 Key Milestones: • Site infrastructure complete • Final inspections and punch list complete • Project accepted by Weld County Phase Activities: • Complete site infrastructure including dumpster enclosures, tire storage, covered parking, site lighting, and paving • Perform final inspections, testing, training, and closeout documentation Overall Schedule Control Each phase will be supported by detailed scheduling, early procurement, and full-time onsite supervision. Regular coordination meetings and schedule updates will be conducted with Weld County to track progress, manage risk, and ensure all milestones are achieved. This phased approach allows TCC Corporation to maintain uninterrupted operations, manage complexity, and deliver the project by the required completion date. OADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 WEBSITE. Imo www.tcccorp.net PRICING AND ESTIMATING Weld County Motor Pool Complex - Renovation and Addition Pricing Development and Estimating Methodology TCC Corporation's proposed pricing for the Weld County Motor Pool Complex Renovation and Addition was developed using a detailed, document-based estimating process grounded in the project drawings, specifications, schedules, and requirements outlined in this RFP. Pricing reflects a complete, lump-sum approach consistent with the County's procurement method and includes all labor, materials, equipment, supervision, general conditions, coordination, and overhead required to deliver a complete project. The estimate was prepared using a combination of quantity takeoffs, historical cost data from similar vehicle service and public-sector projects, and subcontractor input. Key scopes such as civil, structural, mechanical, electrical, plumbing, fire protection, and specialty systems were reviewed in detail to ensure accuracy and completeness. TCC emphasized early identification of long-lead items, phased construction impacts, occupied-facility requirements, and site logistics when developing pricing. Subcontractor pricing was solicited from qualified, experienced trade partners familiar with Weld County standards and similar project types. All subcontractor proposals were reviewed to confirm scope alignment, inclusions, exclusions, and coordination responsibilities. Pricing was normalized to eliminate gaps and overlaps and to ensure that all required work is captured. Pricing Inclusions TCC's pricing includes all work necessary to deliver the project in accordance with the contract documents and RFP requirements, including but not limited to: • Labor, materials, equipment, and supervision for all construction activities • Phased construction and coordination are required to maintain uninterrupted Motor Pool operations • Site logistics, traffic control, temporary services, and protection of existing facilities • Utility coordination, system tie-ins, inspections, testing, and commissioning • Full-time onsite supervision, project management, scheduling, and documentation • Daily cleanup, site maintenance, and restoration of impacted areas • Required closeout documentation, training, and warranties QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 1. 970-460-0583 WEBSITE. :.. www.tcccorp.net 28 COST SAVINGS AND VALUE OPPORTUNITIES Weld County Motor Pool Complex - Renovation and Addition Cost Savings and Value Opportunities While TCC's pricing reflects the full scope required by the contract documents, we actively seek opportunities during construction to provide cost savings and added value without reducing quality, performance, or long-term durability. Cost-saving measures are evaluated collaboratively and are only proposed where performance, life-cycle value, and Weld County standards are maintained or enhanced. TCC's approach to cost savings is rooted in early planning, disciplined coordination, and continuous evaluation of construction means and methods. By leveraging our experience with complex, equipment- intensive facilities and our lean team structure, TCC identifies opportunities that improve efficiency, reduce risk, and support dependable project delivery. Approach to Cost Savings Potential cost savings and value opportunities may include, but are not limited to, the following strategies: • Early Procurement and Sequencing o Identifying long-lead materials early and aligning procurement with the approved phasing plan to reduce schedule risk, avoid material escalation, and improve overall construction efficiency. • Constructability and Means Review o Ongoing evaluation of construction methods, sequencing, access, and installation approaches to improve constructability, reduce labor or equipment inefficiencies, and eliminate unnecessary rework. • Material and System Alternatives o Evaluation of equivalent materials or systems that meet or exceed performance requirements while offering potential cost or schedule advantages, subject to Weld County review and approval. OADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 I.. WEBSITE. www.tcccorp.net 29 COST SAVINGS AND VALUE OPPORTUNITIES =H : Weld County Motor Pool Complex - Renovation and Addition Potential Cost-Saving Considerations Subject to County approval and performance requirements, potential considerations may include: • Use of Ashford Formula concrete floor sealer in lieu of specified epoxy systems where appropriate • Substitution of standard cast iron waste and vent piping in lieu of "extra heavy" where allowed by code and specifications • Adjustment of EPDM roofing membrane thickness where performance criteria are maintained • Use of a 4-inch concrete floor slab in office areas in lieu of 8-inch where structural requirements permit • Implementation of fly ash treatment in lieu of full replacement of twelve inches of road base beneath concrete and asphalt paving • Routing fluid and compressed air lines overhead in lieu of using a prefabricated floor utility trench • Optimization of equipment layout and installation sequencing to reduce redundant infrastructure and improve long-term serviceability • Evaluation of lighting layouts and controls to improve efficiency while maintaining required illumination levels • Coordination of durable, low-maintenance finishes in high-use areas to reduce lifecycle maintenance costs These opportunities reflect TCC's experience with vehicle service, industrial, and public-sector facilities and our understanding of where efficiencies can be achieved through thoughtful coordination, constructability review, and sequencing—without compromising durability, performance, or long-term operational needs. Coordination Efficiencies and Issue Resolution Additional value is achieved through coordination efficiencies made possible by TCC's lean team structure and consistent project leadership. By maintaining the same core personnel from preconstruction through closeout, TCC improves coordination between trades, reduces rework, and minimizes unnecessary change orders. Potential issues are identified early through regular coordination meetings, constructability reviews, and RFIs, allowing conflicts to be resolved before they impact cost or schedule. This proactive approach helps control project risk and supports predictable outcomes for the County. 9 ADDRESS. 6820 Powell Street, Loveland,CO 80538 C CONTACT. 970-460-0583 ® WEBSITE. www.tcccorp.net 30 COST SAVINGS AND VALUE OPPORTUNITIES Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTE6RITY•06RCNDADI' Operational Efficiencies As the General Contractor, TCC Corporation focuses on delivering operational efficiencies that benefit Weld County beyond construction and throughout the life of the facility. Through early planning, strong coordination, and disciplined execution, TCC helps create facilities that operate efficiently, are easy to maintain, and support reliable fleet operations. TCC's involvement begins during preconstruction with constructability reviews, equipment coordination, and workflow planning. By understanding how the Motor Pool operates day to day, TCC sequences work and coordinates building systems to support efficient vehicle movement, safe work areas, and streamlined maintenance. Operational efficiencies achieved through TCC's coordination may include improved vehicle circulation and shop layout, strategic placement of service bays and equipment, and well-coordinated installation of fluid systems, compressed air, electrical distribution, and specialty equipment. TCC works with trade partners to ensure systems are accessible, properly sequenced, and positioned to reduce downtime and allow for future flexibility. Additional efficiencies are achieved by coordinating durable, low-maintenance materials and finishes in high-use areas, reducing long-term maintenance needs. Consistent project leadership from preconstruction through closeout ensures operational considerations identified early are carried through to completion, resulting in a facility that functions efficiently, safely, and reliably for County staff. County Review and Approval All cost-saving opportunities will be presented transparently to Weld County with clear documentation outlining scope, performance equivalency, schedule impacts, and cost implications. No changes will be implemented without prior written approval from the County. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net ID Task Task' Name Duration Start Half 1,2026 Half 2,2026 Half 1.2027 e Mode 1 F M A M 1 I A 5 O N D 1 F M A M ! , 1 Phw lei 314 days Mon 3/9/26 r I 2 ® in Contract award 1 day Mon 3/9/26 3 R Submittal Process 40 days Tue 3/10/26 T • 4 W Lead time for electrical gear 110 days Tue 3/10/26 -.I . 5 .4 Lead time for PEMB 50 days Tue 4/28/26 6 804 Lead time for elevator 60 days Tue 4/28/26 7 .4 Lead time for Vehicle equip 45 days Tue 5/5/26 8 an Mobilization 1 day Tue 4/21/26 9 y Install water service 15 days Tue 4/21/26 10 at5 Electrical service Install 15 days Tue 8/11/26 11 at Transformer install by others 10 days Tue 8/25/26 12 agt Phew IR 117 days Tue 5/12/26 13 .4 Survey/layout 2 days Tue 5/12/26 14 to Erosion control 2 days Tue 5/12/26 15 et Site Gearing 2 days Thu 5/14/26 16 in Earthwork 5 days Mon 5/18/26 17 re Concrete Tooter/foundation 7 days Mon 5/25/26 I Ill 18 • Site utilities 10 days Mon 5/25/26 ' 19 t4 Small trash endoaure 5 days Mon 6/1/26 20 mkt Underslab plumbing 7 days Wed 6/3/26 21 mg. Trench drain&utility trench install 7 days Wed 6/3/26 22 n Site retaining walls 7 days Wed 6/3/26 23 t4 Pour slab 2 days Fri 6/12/26 24 a Erect PEMB 13,500sf&23,500sf 30 days Tue 7/7/26 • 25 Install steel for connecting bldgs 10 days Tue 7/28/26 Ra 26 t► Masonry wainscot 15 days Tue 8/4/26 27 n Interior framing 15 days Tue 8/4/26 NM 28 t install OH doors&Kalwall 5 days Tue 8/18/26 a7JJ 29 ge, Install cranes 7 days Tue 8/18/26 ' 30 • Install vehicle equipment 15 days Tue 8/18/26 ' 31 .4 MEP rough 25 days Tue 8/18/26 32 Drywall 15 days Tue 8/25/26 1 Tag Project Summary 1 I Manual Task 1= 11811111111 Start-Dory I Deadline Project WC Motor Pool-Schad spa Inactive Task Duration-cob Finish-only ] Progress Date.Thu 1/29/26 Milestone ♦ Inactive Milestone Manual Summary Rogue External Tasks INIV.WfalfAlMalol Manual Progress Summary a Inactive Summary I Manual Summary r"'"'""""" 1 External Milestone • Page 1 ID Task Task Name Duration Start l 1,2026 Haft 2,2026 We12027 e He Mode -.. 1 F M A M 1 1 A -5 0 N.... 0 1 .__.F M A M 1 33 r Snow melt system 10 days Tue 9/8/26 1 Pill 34 t Install fluid system 10 days Tue 9/15/26 ' 35 Finishes @ interior offices 10 days Tue 9/15/26 al 36 Concrete apron 10 days Tue 9/22/26 37 Doors&hardware 3 days Tue 9/22/26 38 MEP trim 10 days Tue 9/22/26 39 n Epoxy flooring&striping 7 days Tue 10/6/26 40 mfl, Punch fist 5 days Thu 10/15/26 41 a► 151 days Thu 10/22/26 42 11114 Selectle demo 10 days Thu 10/22/26 43 . Demo slab on grade 5 days Thu 10/22/26 44 .4 Underslab plumbing 7 days Thu 10/29/26 45 Trench drain&utility trench install 7 days Thu 10/29/26 46 Paint booth pit 5 days Mon 11/9/26 47 Elevator pit 7 days Mon 11/9/26 48 Foundations for second floor steel 7 days Mon 11/9/26 49 mil Pour slab 2 days Wed 11/18/26 50 Ms Install steel channel support 7 days Fri 11/20/26 51 Cut in windows on end floor 3 days Fri 11/20/26 52 an Install steel for second floor office 6 days Fri 11/20/26 • O 53 Earthwork 10 days Fri 11/20/26 54 In Pour slab on deck 2 days Mon 11/30/26 55 .4 Install new roof Joist 5 days Wed 12/2/26 56 Ms Replace roofing 8 days Wed 12/9/26 57 MI, Masonry repairs&infills 7 days Wed 12/9/26 58 aq Inflll frame&siding 5 days Wed 12/9/26 II 59 an Install steel for Kalwall 7 days Wed 12/9/26 I 60 n Interior framing 1st&2nd fin 10 days Wed12/16/26 61 .rs Install Oil doors&Kalwall 5 days Fri 12/18/26 1 62 Foundation @ wood entries 5 days Fri 12/4/26 63 Firs Snow melt system 10 days Fri 12/4/26 64 .� Exterior wood framed entries 10 days Fri 12/11/26 Task 101111111.11111052 Project Summary 11- 1 Manual Task 1111111111111111111111111 Start-onty C Deadline • Project WC Motor Pool-Schad spit Inactive Task Duration-only a� Finish-only 3 Progress Date.Thu 1/29/26 Milestone ♦ Inactive Milestone Manual Summary Rollup External Tasks Manual Progress Summary 1 '. .........1 Inactive Summary Manual Summary 1".... External Milestone v Page 2 ID Task Task Name Duration Start tag 1,2026 tag 2,2026 -HalfHalf1,2027 a Mode 1 F M A M 1 I A S 0 N D 1 F M A M 1 65 Concrete apron 10 days Fri 12/18/26 66 Install elevator 15 days Wed 12/30/26 T 67 tad MEP rough 25 days Wed 12/30/26 68 n Floor&wall tile 10 days Wed 2/3/27 T 69 in Drywall 10 days Wed 2/3/27 T 70 I Finishes @ interior 1st&2nd firs 15 days Wed 2/3/27 • i 71 mr. Storage shelving 5 days Wed 2/17/27 T 72 .2. Doors&hardware 3 days Wed 2/24/27 T 73 .nee Specialties 3 days Wed 2/24/27 T 74 OF. Casework 5 days Wed 2/24/27 T 75 re MEP trim 7 days Wed 2/24/27 76 .4 Install paint booth 10 days Wed 2/17/27 T er 77 ••♦ Install vehicle equipment 10 days Wed 2/17/27 78 n Epoxy flooring&striping 3 days Fri 3/5/27 79 .4 Punch list 3 days Wed 3/10/27 80 r. Phase 84 49 days Mon 3/15/27 T----1 81 Ws Site dearing&demo 10 days Mon 3/15/27 82 .4 Survey/layout 2 days Mon 3/29/27 83 • Site concrete N parking lot 5 days Wed 3/31/27 84 • flagpoles 2 days Wed 3/31/27 85 Replace 12"of base @ N parking lot 3 days Wed 4/7/27 III 86 Asphalt paving @ N parking lot 3 days Mon 4/12/27 87 .! Survey/layout 2 days Thu 4/15/27 88 .♦ Site lighting 5 days Mon 4/19/27 89 n Foundations for covered parking 3 days Mon 4/19/27 90 ra Erect covered parking&tire storage 3 days Thu 4/22/27iiii 91 Kt Site concrete S parking lot 5 days Tue 4/27/27 92 MP. Replace 12"of base @ S parking lot 3 days Tue 5/4/27 93 my Asphalt paving @ S parking lot 3 days Fri 5/7/27 94 re Chainlink fence @ tire storage 5 days Wed 5/12/27 95 n Striping&signage 3 days Wed 5/12/27 r 96 mr. Landscape repair 5 days Wed 5/12/27 W�, Task Project Summary I"` --1 1 Manual Task — Stan-only C Deadline 4 Project:WC Motor Pool-Schad soft InactNa Task Duration-only 1_ Finish-only ] Prvgress Date.Thu 1/29/26 Milestone ♦ Inactive Milestone Manual Summary Reap External Tasks "' Manual Progress Summary r"*""-"""""--1 Inactive Summary Morsel Summary r"*"."'" �1 External Milestone v Page 3 ID Task Task Name Duration Start Half 1,2026 Half 2.2026 Half 1,2027 • 0 Mode IFM A M 1 1 A S O N D 1 97 Demoblzaton 2 days Wed 5/19/27 ICI Task 111111111110111111111110 Project Summary f ""1 Manual Task 1 "1 Start-only I Deedkne a Project:WC Motor Pool-Schad Split Inactva Task Duration-only ninisb-onb ] Progress Date:Thu 1/29/26 Milestone ♦ Inactive Milestone Manual Summary Rokup External Tasks Manual Progress Summary 1—''......".....11 Inactive Summary Manual Summary 1—"""---1 External Milestone v Page 4 n ' Document A310r" - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place o/business) ADDITIONS AND DELETIONS: TCC Corporation Great Midwest Insurance The author of this document may 6820 Powell Street Company have revised the text of the original Loveland,CO 80538 800 Gessner Rd.,Ste.600 AIA standard form,An Additions Houston,TX 77024 and Deletions Report that notes revisions to the standard form text OWNER: is available from the author and (Name, legal status and address) should be reviewed.A vertical line Weld Cowuy Government in the left margin of this document 1301 N. 17th Ave. indicates where the author has Greeley,CO 80631 added to or deleted from the original AIA text. BOND AMOUNT:$Five Percent(5%)of the Total Bid Amount This document has important legal PROJECT: consequences.Consultation with an attorney is encouraged with (Name, location or address,and Project number, if any) respect to its completion or Weld County Motor Pool Complex Renovation& Addition I399 N. 17th Ave. modification. Greeley,CO 80631 Any singular reference to Project No.: B2500154 Contractor,Surety,Owner or other party shall be considered plural The Contractor and Surety are bound to the Owner in the amount set forth above,for where applicable. the payment of which the Contractor and Surety bind themselves,their heirs, executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the lime for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall he deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated AIA Document A310-2010.Copyright 01963,1970 and 2010.All rights reserved.'The American Institute of Architects,"'American Institute of Architects; 'AIA,"the AIA Logo,and"AIA Contract Documents"are trademarks of The American Institute of Architects.This document was produced at 13:56:03 MST on 1 01/28/2026 under Subscription No.20240085191 which expires on 12/0512826.is not for resale,is licensed for one-time use only,and may only be used in accordance with the AIA Contract Documental'Terms of Service.To report copyright violations,e-mail docinfo@aiacontracts.com. User Notes: (6978779fb6033d2at13bdc1e) herein,When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 3Oth day of January ,2026 TCC Corporation (C •for as Principal) (Soil) ( 'i►u',cs)Steve Mertens ill n CrownnVer,V.P. Great Midwest Insurance Company 7"� (srrr I WiIn s)WIlliam R. er,Attorney-in Fact (Title)Tim Mi ell,Attorney-in-Fact MA Document A310-2010.Copyright 01963,1970 end 2010.All rights reserved.The American institute of Architects,'"American Institute of Architects,' 'AIA,the AM Logo,and"ALA Contract Documents"we trademarks of The American Institute of Architects.This document was produced at 13:56 03 MST on 2 01/28/2028 under Subscription No.20240085191 which expires on 12/05/2026,Is not for resale,la licensed for one-time use only,and may only be used in accordance with the AIA Contract Documents*Terms of Service.To report copyright violations,e-mail dodnfo@aiecontracts.com. User Notts: (697a779fb8033d2af13bdc1 e) POWER OF ATTORNEY Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston, TX,does hereby constitute and appoint:William R Greer,Timothy Mitchell its true and lawful Attorney(s)-In-Fact to make, execute, seal and deliver for,and on its behalf as surety,any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY,on the 1st day of April, 2025 as follows: Resolved,that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company or other person or persons as Attorney-In-Fact to execute on behalf of the Company any bonds, undertakings,policies,contracts of indemnity or other ritings obligatory in nature of a bond not to exceed One-Hundred Million dollars ($100,000,000.00),which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney-In-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney-In- Fact,so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of ttorney. Resolved, that the signature of the President and the seal of the Company may be affixed by electronic mail on any power of attorney .ranted,and the signature of the Secretary, and the seal of the Company may be affixed by electronic mail to any certificate of any such power :nd any such power or certificate bearing such electronic signature and seal shall be valid and binding on the Company. Any such power so :xecuted and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached,continue to be alid and binding on the Company. IN WITNESS THEREOF, GREAT MIDWEST INSURANCE COMPANY, has caused this instrument to be signed by its President, and its Corporate Seal to be affixed this 8th day of April, 2025 GREAT MIDWEST INSURANCE COMPANY CORPORATE BEAT BY /�•- . HC- Mark W.Haushill President a coRPOP�� ACKNOWLEDGEMENT On this 8th day of April 2025, before me, personally came Mark W. Haushill to me known, who being duly sworn, did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY,the corporation described in and which executed the above instrument;that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. CHRISTtP1ABtSHOP BY (�/Il e Jr i-�13.4 !;1 '•? My Notary ID.131090488 ?ob l Expires April 14,2029 Christina Bishop Notary Public CERTIFICATE I,the undersigned, Secretary of GREAT MIDWEST INSURANCE COMPANY,A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force. 30th January 2026 Signed and Sealed at Houston,TX this Day of rpm uR,44,04. CORPORATE SEAL . BY air Patricia an Secretary 44s CORPS "WARNING:Any person who knowingly and with Intent to defraud any insurance company or other person,files and application for insurance of claim containing any materially false information, or conceals for the purpose of misleading, information concerning any fact material thereto, commits a fraudulent insurance act,which is a crime and subjects such person to criminal and civil penalties. SKYWARD SPECIALTY INSURANCE ADDENDUM TO BOND This Addendum is in reference to the bond(s)to which it is attached. Great Midwest Insurance Company("GMIC")deems the digital or electronic image of GMIC's corporate seal below affixed to the bond(s)to the same extent as if a raised corporate seal was physically stamped or impressed upon the bond(s). The digital or electronic seal below shall have the same force and effect as though manually fixed to the bond(s). All terms of the bond(s) remain the same. Signed and effective January 1, 2022. Great Midwest Insurance Company 0,..s..1 INsv�gNc ee CORPORATE SEAL S OORPO" By: _ Name & Title 4s S tikkl l 1 mt( ,800 Gessner Road,Suite 600,Houston,TX 77024 I (713i 935-4800 I skywardinsurance.com 1 Addendum # 1 Bid Request Number B2500154 Weld County Motor Pool Complex Renovation & Addition Currently Reads: Page 3 of the specifications state: Mandatory pre-bid conference will be held on January 6, 2025, at 10:00 am at the Weld County Motor Pool Building located at, 1399 N. 17th Avenue, Greeley, CO 80631. Bidders must participate and record their presence at the pre-bid conference to be eligible to submit bids. Change: Change to read: The mandatory pre-bid conference was omitted from Bidnet advertisement. It has now been included on Bidnet. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: TCC Corporation 01/30/2026 Signature: 2 Date of Signature Name: Ernie Crownover Title: President January 22, 2026 Addendum # 002 Bid Request Number B2500154 Weld County Motor Pool Complex Renovation and Addition Questions and Answers: 1. Question: Is a bid bond required? Note #11 says "no bid bond is required" but the "bonds" section #la indicates a five percent bid bond is required. Answer: Yes 2. Question: Drawings E-505 & E-506 are listed on G-001. These do not appear to be included in the set. Please provide. Answer: Please see addendum 002 attachments 3. Question: Are we required to use "Chief' for the PEMB or are other manufacturers acceptable? Answer: Other manufacturers will be considered as long as their building members, base plates, reactions, etc. are similar and do not affect other systems. Any redesign of the foundation based on a building substitution will be responsibility of the contractor. 4. Question: Drawing A-601 is blank. Please provide new drawing. Answer: Please see addendum 002 attachments 5. Question: Is Raynor Door the only OH door manufacturer allowed, or can substitutions be used? Answer: Substitutions will be considered as long as the manufacturer can match the four existing Raynor doors that remain. Weld County will have the sole discretion for any substitution approval. 6. Question: Architectural Signage plans indicate drive lane arrows. Civil drawings do not indicate drive lane arrows. Are we to provide painted drive lane arrows? Answer: Yes, at the entrances to the doors. 7. Question: Drawing A-501 / detail 3 says "microwave by contractor". Drawing EQ- 105 indicates the microwaves are by owner. Please clarify. Answer: Microwave is Owner Furnished Contractor Installed (OFCI) 8. Question: Are we to provide and install soffit panels at any of the covered entries, covered parking, or tire storage roofs? Answer: No 9. Question: Please verify the heights of the interior wall liner panels @ rooms #100, 108, 160, 161, & 162. Answer: The liner panels shall be 13'-0"AFF. 10.Question: Drawings A-506 and S-410 contradict each other with material sizes. Are we to build per structural drawings? Answer: Build per structural drawings. 11.Question: Drawing A-130 / note 2 says to "existing roof hatch to be relocated" while drawing A-132 / note 3 says "new roof access hatch". Please clarify. Answer: The hatch location is to be relocated. The existing hatch and ladder may be reused. 12.Question: Drawing A-130 / note 1 call to remove all roofing down to "existing roof decking". Drawing A-132 / note says, "minimum 2" insulation on top of existing R-30". Please clarify. Answer: Existing insulation is to remain. 13.Question: What is the preferred subgrade modulus lbs/pci for the building slab on grade? The soils report gives two options. Answer: There is not a "preferred" subgrade modulus. If the native soils underlie the slab, use the 100 pci. If the structural engineer needs a higher modulus for design purposes, place 2 feet of structural fill under the slab and use 200 pci 14.Question: Please clarify the thickness for the new concrete parking lot paving. Answer: Provide 8"thick concrete with #4 bar, at 16" O.C. in both directions on compacted subgrade. 15.Question: Please confirm if electrical panel "GH" is existing or new. Answer: Panel GH is existing. Provide revised breakers as indicated. 16.Question: Sheet A112 floor plan note 3. Please provide any information on make and model for the existing bridge crane. Answer: This information is not available currently. The awarded contractor is to verify. 17.Question: Sheet A501 detail 03. Please provide specifications on microwaves by contractor. Answer: See previous answer. OFCI 18.Question: Sheet A601 is a blank sheet. Please provide sheet A601 with door information. Answer: The sheet is attached to Addendum 1. 19.Question: Is equipment shown on EQ sheets by owner or by contractor? Answer: Unless noted, all equipment is provided by the contractor. Existing equipment noted is to be relocated by the contractor. 20.Question: Sheet EQ101 equipment item 16 - future lift and item 18 - future ev charger, confirm these are not a part of the project Answer: The future equipment is not part of this contract. 21.Question: Sheet EQ104 equipment item 26 - 12x8 nylon table for graphics and item 36 - shear, please provide specifications for these items or manufacturer and model number if they are to be provided by contractor. Answer: The nylon graphic table shall be 5'x10', Rhino Table 7008. Table shall have 3/4" MDF top with no seam Rhino cutting mat and locking casters. The shear is a Baileigh SH-5210-HD. 22.Question: Sheet EQ104 equipment item 3 - exhaust wall. Please provide dimensions of exhaust wall required. Answer: The exhaust wall is 8'4" x 7'2" H. 23.Question: Sheet EQ104 equipment item 33 - welder. The model specified is discontinued. Please specify another product. Answer: Provide a Miller XMT 350MPa, Dinse or equal pending County approval. 24.Question: Is tele data cabling and devices by owner of contractor? Answer: Contractor is responsible for all pathways and rough in. Weld County will be responsible for all tele data cabling and devices. 25.Question: Is there a specific temperature controls contractor or brand required for this project? Answer: Delta Controls by Setpoint, or Metasys by Johnson Controls. 26.Question: What brand is the existing fire alarm system in the building? Answer: Honeywell. 27.Question: Sheets E505 and E506 were blank in the bidnet plan set. Please provide sheets E505 and E506. Answer: The sheets are attached to Addendum 1 . 28.Question: Civil Sheets C001, C002, C003, C004, C005, C006, C007, C008, C009, C010, C011, C012, C013 in the bidnet plan set have a file error and do not open when viewed in acrobat reader. Please provide these sheets that can be opened in pdf view. Answer: The sheets are attached to Addendum 1. 29.Question: The Bidding Instructions has contradictory information regarding Bid Bond. Please confirm if a Bid Bond is required. Answer: Yes, a 5% bid bond is required 30.Question: Please provide the Liquidated Damages for this project. Answer: No liquidated damages 31 .Question: Please confirm that F1 & B1 on sheet A-600 are to be Owner Furnished Owner Installed not Owner Furnished Contractor Installed. Answer: Confirmed. Carpet and base for carpet areas are provided and installed by the owner's carpet installer. 32.Question: Please confirm that all Equipment listed and shown on the Equipment Drawings are to be furnished and installed by the Contractor. Answer: Unless noted, all equipment is by the contractor. Existing equipment noted is to be relocated by the contractor. 33.Question: Sheets E-505 and E-506 are blank, please reissue or clarify. Answer: The sheets are attached to Addendum 1. 34.Question: Sheet E-504 has an error that is blocking some of the Panel Schedule, please reissue sheet. Answer: The sheet is attached to Addendum 1. 35.Question:A-503 &A-504 have Elevator plans and specifications, Specifications provided are missing section 14, please confirm the elevator is in the Contractor's scope of work and are to be bid per sheet A-503. Answer: The elevator is provided and installed by the contractor. 36.Question: The drawings do not have a pavement detail; additionally, the specifications and geotechnical report are missing pavement thickness details. Please confirm if pavement is to be full-depth or composite as well as the thickness requirements for either/or/both. Answer: Refer to detail B on sheet C-010. 37.Question: Detail 15 / S-630 is missing, please provide. Answer: Detail call out was mislabeled on plan. See detail 14/S-630. 38.Question: Please confirm that all permitting will be by Owner and not part of the Contractor's bid. Answer: Weld County will provide the Building Permit for the project all other required permits are the responsibility of the contractor along with the coordination and management of all inspections. 39.Question: Will pre-engineered metal building substitutions outside of Chief Buildings be accepted? Answer: Other manufacturers will be considered if their building members, base plates, reactions, etc. are similar and do not affect other systems. Any redesign of the foundation based on a building substitution will be charged to the contractor. 40.Question: Please confirm the beam size on detail 6 / S-620. Answer: Detail 6/S-620 is not applicable where the east side of the new PEMB connects to the west side of the existing CMU structure. Refer to detail 14/S-630. Steels beam spanning east-west between the new and existing building is a W10x12 41.Question: Is the Contractor responsible for Tap Fees? Answer: Weld County is responsible for all Plant Investment Fees. Contractor is responsible for all other associated Tap Fees. 42.Question: The Marazzi Babylon tile in the specifications and finish schedule has been discontinued. Will substitutions be allowed? Or please provide an updated specification for this tile. Answer: Some sizes of the Marazzi Babylon are discontinued. Provide sizes that are still available. 43.Question: Drawing P-001 / Piping Materials call for drain, waste, and vent piping to be "extra heavy cast iron". Can solid core schedule 40 PVC piping be used for underground and non-plenum areas? Answer: Solid core schedule 40 PVC is acceptable for underground drain, waste, and vent piping only. All above ground drain, waste, and vent piping is to be extra heavy cast iron as specified. 44.Question: Please clarify gas line sizes. Example drawing P-240 shows multiple sizes for the same lines. "Route 4" gas line as high as possible" note points to gas line that is indicated as 2". Answer: The gas design will be reissued by Addendum prior to bid. 45.Question: GEX1 & NGEX2 appear on the electrical & architectural roof drawings but not the mechanical drawings. Please provide information. Answer: Refer to sheets EQ-109 and EQ-110 46.Question: Please reissue drawing E-504. Our version is not totally readable. The sheet is attached to Addendum 1. Answer: See attachments in addendum. 47.Question: Drawing E-404 I Working Note#1 indicates the owner will provide all racks & equipment. Please clarify what the GC is responsible for. (cabling, wall jacks) Answer: The contractor is responsible for all cable trays, boxes, conduits, and other infrastructure shown. The County will provide all cabling equipment, racks, jacks, plates, and terminations under a separate contract. 48.Question: Does the project require surveillance, intrusion alarm, audio/video, music/ PA systems? Answer: The County will provide a camera system,AV, and burglar alarm system under a separate contract. There are no PA systems. Contractor is responsible for all rough in, and pathways as shown on the drawings. 49.Question: Is the owner responsible for access controls? If not, please provide specifications. Answer: Rough in by contractor, components by the County. 50.Question: Are the three different IT rooms to be interconnected via Ethernet or fiber? Answer: See previous answers 51.Question: Drawings do not distinguish between data and TV locations. Is RG6 required for TV locations? Answer: See previous answers 52.Question: On the FCO letters, we can get up to 1" thick. 2" thick would be fabricated, will that work? The current FCO's on the outside of north elevation are 1" thick. Answer: One-inch-thick letters are acceptable. 53.Question: On the internal hanging signs — How are these hung?Assume from a ceiling connection with chain? (28) Interior Sign 12"x24" Page 81 Sheet: #A-605 Answer: The interior hanging signs shall be from the structure above by chain, unless noted otherwise. 54.Question: Flags - How many of what size? US? — State? — County Flag? What size? Pole will need to be verified to handle wind load based on flag size & Qty? Answer: US, State, and County flags. 5'x8'. 55.Question: Do you know what asphalt mixes they are hoping to use for the Hot Mix Asphalt portion of the job? Typically use 1/2" mix on top and 3/4" on bottoms. Is the asphalt portion going to be done in one phase? Answer: HMA with 1/2" top and 3/4" bottoms. Phase and schedule will be determined by the GC's schedule. 56.Question: A-601 is blank, please provide missing door & frame schedule Answer: The sheet is attached to Addendum 1. 57.Question: Please provide Divisional Specifications for scopes of work that are shown on the plans but not provided in the Attachment 2 - Specifications Answer: Refer to the drawings for individual disciplines for additional specifications. 58.Question: Is AutoCAD available? Answer: CAD files will be available to the awarded contractor. 59.Question: How thick is the existing asphalt? Answer: The existing asphalt is 6"-8" thick. 60.Question: How thick is the existing base? Answer: Unknown, please refer to geotechnical report. 61.Question: If the subgrade is unstable how will this be addressed? Answer: This will be addressed between the awarded contractor and Weld County. 62.Question: How will stabilization of the subgrade be paid for? Answer: See previous answer. 63.Question: Will all the asphalt paving be constructed in one phase? Answer: This is dependent on the Weld County and general contractor schedule. The existing building will be occupied and must remain accessible until both new buildings are complete. 64.Question: Some of the notes and slopes on the plans are not legible, can these be corrected so they can be read? Answer: The civil sheets are reissued with this addendum. 65.Question: Detail 01 on sheet A-506 calls for metal paneling with 1" square holes. Metal panel manufacturers typically only provide openings up to 3/" square holes. Is a 3/4" square hole pattern acceptable in lieu of the 1" square holes? It also calls for galvanized finish and a painted finish. Please clarify what is desired. Answer: One-inch square holes are not critical. The contractor may submit substitutions. Steel material shall be galvanized and finished with etching primer and a suitable topcoat. Alternate materials will be considered, such as painted aluminum. 66.Question: Can the existing building be used for General Contractors office during construction? Answer: No. The existing building must remain operational during construction and there is not sufficient space for the contractors. 67.Question: due to missing quantities of soft soils which are referred to in the Geotech report, please supply and allowance for removal of soft soils that may be encountered during construction. Answer: Contractor shall remove 12" of existing base and stabilize and compact existing soils then replace with 12" of new Class 6 base in all paved and concrete areas as shown on the project documents. 68.Question: Is the General Contractor responsible for temporary utility billings? Answer: Yes 69.Question: Please supply an allowance for GPR and X-Ray. Answer: GPR and X-Ray are the responsibility of the contractor, and all associated cost shall be included in their proposal. 70.Question: Will substitutions be allowed where specifications are missing? Answer: Substitutions will be reviewed for building components as long as they match the specified items with the exception of the equipment. Weld County has the sole discretion for any substitution approvals. 71.Question: Please clarify if a bid bond will be required for the project. Answer: See previous answers 72.Question: Will the General Contractor be required to provide and install all equipment listed on the equipment drawings? Answer: Yes. The contractor will provide and install all new equipment and relocate all existing equipment noted. 73.Question: Does Weld County have vendors they are currently using for equipment, and can you provide their contact information? Answer: The County has multiple vendors and service providers for the existing equipment. This information is not available currently. 74.Question: Sheet A601 is blank. Will you be issuing a new sheet? Answer: See previous answers 75.Question: There seems to be discrepancies between the equipment specs and the equipment schedules included with the EQ pages of the plans. Please confirm that we are to provide the equipment listed on the EQ drawing sheets. Answer: Yes. The contractor will provide and install all new equipment and relocate all existing equipment noted. 76.Question: Welder 951786001 is discontinued. Please provide a suitable replacement. Answer: Provide a Miller XMT 350MPa, Dinse or equal pending County approval. 77.Question: Are there existing Fire Protection System prints available? If so, can they be issues via addendum? Answer: These are not available. 78.Question: Can we get the grading CAD files for this project? Answer: See previous answers 79.Question: Would Cornell be an acceptable manufacturer on the sectional doors? They are listed under coiling doors but not sectional. Answer: Yes, if Cornell can match the four existing doors that remain. 80.Question: Please provide spec's on the asphalt and base course including depths. Answer: Refer to detail B on sheet C-010. 81.Question: Please provide specs and thicknesses of paving and sidewalks. Include any subbase and or reinforcing requirements. Answer: Sidewalks will be 4" minimum with wire mesh where not subject to vehicle traffic. Where subject to vehicle traffic 8" with #4 16" OC both directions. 82.Question: Can you provide plans and details on the site retaining wall? Refer to note 11/A-003 & detail 4/A-500. Answer: Refer to sheet C-010. 83.Question: Who currently services your landscape irrigation system? Answer: The County services the irrigation systems. 84.Question: Who currently services your fire suppression system? Answer: This varies year by year and is unknown currently. 85.Question: Who currently services your fire alarm system? Answer: This varies year by year and is unknown currently. 86.Question: Should the metal screen wall be the same material and colors as the PEMB panels? Answer: Yes. Refer to sheets A-201, A-202 and A-203. 87.Question: Is there a spec or more details on the awning? Refer to detail 2/A-512 Answer: The awning may be a manufactured product or custom made with similar dimensions. 88.Question: While reviewing the project documents, we noticed that Sheet A-601 appears to be corrupted / Blank and is downloading as a blank page. Could you please send over a corrected PDF of this sheet? Answer: See previous answers 89.Question: Will a bid bond be required? Page 9 Section C of RFP states no bid bond, but on page 21 it states a 5% bid bond is required. Answer: See previous answers 90.Question: Is abatement under the GC scope of work? Is there an abatement survey complete for the existing building? Answer: In progress. Any abatement will be handled under a separate contract. 91.Question: Are the building egress prints available? Answer: The egress plans are available on Bidnet. If CAD files are required, they will be provided to the awarded contractor. 92.Question: Are there any specific camera form-factor requirements (e.g. PTZ or LPR)? Answer: The cameras will be provided and installed by the County. The raceway will be provided by the contractor. 93.Question: Does/will the building require sensors on all exterior man doors? If yes, which doors will serve as the employee entrances/exits? Answer: Yes. Most exterior doors will serve as employee entrances / exits. 94.Question: Does/will the building require sensors on all the exterior overhead doors? Answer: Yes 95.Question: Do/will any exterior doors require an access control system (via key fob or keypad)? If yes, which doors? Answer: Yes, refer to the door hardware schedule and electrical drawings. 96.Question: Do/will any interior doors require an access control system? If yes, which doors? Answer: Yes, refer to the door hardware schedule and electrical drawings. 97.Question:Are there any exterior gates that require access control? If yes, will personnel be required to monitor public entry doors on the access control system? Answer: No 98.Question: Is there a need to monitor/control the system remotely (offsite) by management? Answer: No 99.Question: Does/will the building require: a PA(public address) system, BGM (background music), or sound masking? If yes, please list what services and at what locations. Answer: No 100. Question: Does/will the conference room require traditional video conferencing (e.g. camera, speaker, microphone, and video screen)? Answer: No 101. Question: Prints do not specify any WAP (wireless access point) locations for WiFi.Are WAP design and installation locations needed? Answer: The telecom cabling, WAPs, equipment, and terminations are not part of this contract and will be bid at a later date. 102. Question: The plans show 3 separate IT closets; are these to be interconnected via Ethernet or fiber? Answer: The telecom cabling, WAPs, equipment, and terminations are not part of this contract and will be bid at a later date. 103. Question: Prints do not distinguish between data and TV locations. If RG6 is required for TV, at what locations? Answer: See previous answers 104. Question: The plans state "Racks and equipment will be provided by Weld County IT". Does this include all wall jacks as well? Answer: The contractor is responsible for all cable trays, boxes, conduits, and other infrastructure shown. The County will provide all cabling equipment, racks, jacks, plates, and terminations under a separate contract. 105. Question: Will the Ethernet cabling require a certification printout? Answer: Cabling will be provided by the County under a separate contract. 106. Question: Any and all cabling specific requirements are requested by low- voltage contractor from Weld County IT (e.g. Cat6A, shielded Cat6, fiber optic type). Answer: Cabling will be provided by the County under a separate contract. 107. Question: Is the existing fire alarm system to be reused, or is a new system required? Answer: The fire alarm system shall be a completely new system. Existing raceways may be used if applicable. 108. Question: Is the contractor responsible for all of the low voltage cabling for the NLight lighting controls and fixtures Answer: Yes, per manufacturers requirements. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: TCC Corporation 01/30/2026 �J Signature: Date of Signature Name: Ernie Crownover Title: President January 22, 2026 Addendum # 003 Bid Request Number B2500154 Weld County Motor Pool Complex Renovation and Addition Questions and Answers: 1. Question: The paint booth dimensions shown on the plan's conflict with the standard paint booths offered by the specified manufacturer. Please confirm the dimensions of the paint booth. Answer: Please see the attached corrected drawing. 2. Question: Please clarify gas line sizes. Example drawing P-240 shows multiple sizes for the same lines. "Route 4" gas line as high as possible" note points to gas line that is indicated as 2". Answer: Please see the attached corrected drawing. 3. Question: NGEX1 & NGEX2 appear on the electrical & architectural roof drawings but not the mechanical drawings. Please provide information. Answer: Refer to sheets EQ-109 and EQ-110. 4. Question: Duct insulation - M-001. Please clarify which ductwork on the roof will need to be double wall versus having wrapped insulation. Answer: All ductwork for RTUs 1-5 will be double walled ductwork. There will be no exposed wrapped ductwork. 5. Question: Please provide specifications for the 3" water meter. Answer: All water meters shall be Badger E-Series and purchased from the Water and Sewer Department. No exceptions. 6. Question: Is the owner hiring the 3rd party quality control, under separate contract? (soils compaction, concrete, etc.) Answer: Yes 7. Question: On question/answer 54 of Addendum 2, it states that there should be 3 flags at 5'x8'. However, the plans only show one flagpole that is only 20' high. Is this correct? Typically flags that big would be on a pole between 25'-30' tall. Each flag having its own pole. Please clarify height and quantity of flag poles. Answer: Contractor is to provide 3 Flag Poles. Two at 20' and one at 25'. Each flagpole shall have the proposed details and lighting as described in the drawings each. 8. Question: Metal building specification references FM4471 Class 1 for Factory Mutual Insurance. Is FM design required or should this be eliminated from spec? If required, there is not guidance on which FM classification we should design to. Answer: Provide FM 1-90 rating design for the roof. 9. Question: What collateral load do we design for on the vehicle shops? Open wall lean to's? Answer: Please see the attached drawings for loading. 10.Question: What collateral load do we use for the covered parking buildings? Answer: The covered parking will have lighting fixtures and conduits under the roof structure and should accommodate approximately 10psf of additional dead load for the rooftop solar. 11.Question: There is a fluid system suspended from the ceiling will this fall under the collateral load of do we need to support it with a "line load" specifically for that? If so what does it weigh in "pif'? Answer: The fluid delivery system is routed via in floor utility trenches and is not attached to the structure. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: TCC Corporation 01/30/2026 Signature: ;i 2 Date of Signature Name: Ernie Crownover Title: President January 27, 2026 i Igi L • ':�; ;.;._ QUALITY•INTEGPITY•DEPENDADILITY ; • 4 • S ; II 1141 :. ii I 1 1 . — .,,, etIll -it -- AD 1 y 4 c i -ii to li '_` ADDRESS. IN.4. ' �,r 6820 Powell Street, ��. yam .. res r- '�� Loveland, CO 80538 " ,ofp CONTACT. 970-460-0583 r . ■ • WEBSITE. .0=l,' www.tcccorp.net ; COVER LETTER Weld County Motor Pool Complex - Renovation and Addition January 30,2026 RE:Weld County Motor Pool Complex-Renovation and Addition- B2500154 Dear Weld County Selection Committee, TCC Corporation is pleased to submit our proposal for the Weld County Motor Pool Complex Renovation and Addition. We understand the importance of maintaining uninterrupted Motor Pool operations while executing a phased renovation and addition that enhances Weld County's fleet, maintenance, and operational capabilities. With more than 40 years of experience delivering public-sector construction projects across Colorado, TCC has developed a strong reputation for hands-on leadership, clear communication, and dependable results. Our team brings extensive experience with occupied facilities, phased construction, and complex building systems, ensuring work is carefully coordinated, safely executed, and delivered in alignment with County standards and expectations. TCC operates with a lean, locally focused structure that provides consistent leadership and accountability from preconstruction through closeout. This approach allows us to proactively manage cost, schedule, and quality while maintaining open collaboration with County staff, consultants, and inspectors throughout the project. We look forward to the opportunity to partner with Weld County to deliver this project successfully. Should you have any questions or wish to discuss our approach further, please contact us at your convenience. Primary Contact: Name: Brian Crownover Title: Vice President / Senior Project Manager Phone: (970) 371-8404 Email: bcrownover@tcccorp.net Respectfully Submitted, 2-- Ernie Crownover 9 ADDRESS. 6820 Powell Street, President Loveland,CO 80538 t CONTACT. "r 970-460-0583 :■. WEBSITE. www.tcccorp.net TABLE OF CONTENTS 1. PROJECT UNDERSTANDING 2. DELIVERY METHOD °u iTru rrEGRrr� n -, 3. RELEVANT PROJECT EXPERIENCE 4. RELEVANT PROJECT EXPERIENCE 5. RELEVANT PROJECT EXPERIENCE 6. RELEVANT PROJECT EXPERIENCE 7. RELEVANT PROJECT EXPERIENCE 8. RELEVANT PROJECT EXPERIENCE 9. RELEVANT PROJECT EXPERIENCE 10. RELEVANT PROJECT EXPERIENCE 11. RELEVANT PROJECT EXPERIENCE 12. RELEVANT PROJECT EXPERIENCE 13. RELEVANT PROJECT EXPERIENCE 14. COMPANY SIZE AND FINANCIAL CAPACITY 15. PROJECT TEAM RESUME - BRIAN CROWNOVER 16. PROJECT TEAM RESUME - JORDAN CARDENAS 17. CRITICAL ISSUES 18. CRITICAL ISSUES 19. PROJECT COST CONTROL AND REGULATORY COMPLIANCE 20. QUALITY CONTROL AND OSHA 21. CLAIMS, SUITS, AND DAMAGES 22. COMPANY OWNERSHIP CHANGE 23. WORK LOCATION AND FAMILIARITY 24. PRELIMINARY SCHEDULED AND PHASING APPROACH 25. PRELIMINARY SCHEDULED AND PHASING APPROACH 26. PRELIMINARY SCHEDULED AND PHASING APPROACH 27. PRICING AND ESTIMATING 28. COST SAVING AND VALUE OPPORTUNITIES 29. COST SAVING AND VALUE OPPORTUNITIES 30. COST SAVING AND VALUE OPPORTUNITIES 9 ADDRESS. 6820 Powell Street, Loveland,CO 80538 f' CONTACT. 970-460-0583 I.. WEBSITE. www.tcccorp.net PROJECT UNDERSTANDING , Weld County Motor Pool Complex - Renovation and Addition Understanding of Project Scope and Objectives TCC Corporation demonstrates a clear understanding of the scope, objectives, and constraints associated with the Weld County Motor Pool Complex Renovation and Addition. This project requires the successful execution of phased renovation and new construction while maintaining full functionality of existing Motor Pool operations until the new additions are complete and ready for occupancy. The scope includes comprehensive civil, structural, architectural, mechanical, electrical, plumbing, fire protection, access control, utility infrastructure, and specialized vehicle and equipment systems, along with extensive coordination of equipment procurement and installation. The project also requires careful management of site logistics, traffic control, temporary services, weather protection, and restoration of existing site conditions not permanently impacted by construction. To support these objectives, TCC will rigorously vet subcontractors to ensure they have the appropriate experience, workforce capacity, safety record, and technical expertise to perform specialized scopes in an occupied, operational environment. In addition to the core building and site work, TCC understands that this project includes several project-specific, technically complex scopes that require early planning and disciplined coordination. These include upgrading electrical service and connecting new construction to existing infrastructure, installation of utility floor trench systems, vehicle fluid distribution systems, compressed air systems, paint booth infrastructure, specialized vehicle equipment, construction of a second floor within an existing building, and snow melt systems. These elements require close coordination between trades, advance procurement of long-lead components, and precise sequencing, supported by carefully selected subcontractors capable of meeting performance, safety, and schedule requirements. A critical objective of this project is maintaining uninterrupted County operations within an occupied facility. This includes strict adherence to approved work hours, advance coordination of system shutdowns, protection of existing finishes and equipment, and clear communication with County staff. TCC understands that safety, operational continuity, quality workmanship, and schedule reliability are essential measures of success for this project, along with full compliance with all Federal, State, and Local requirements. QADDRESS. 6820 Powell Street, Loveland,CO 80538 { CONTACT. 970-460-0583 WEBSITE. I.. www.tcccorp.net -444 DELIVERY METHODOLOGY Weld County Motor Pool Complex - Renovation and Addition Proposed Methodology to Meet Project Goals TCC's methodology is built around proactive planning, disciplined execution, and consistent onsite leadership to meet Weld County's project goals. Our approach begins with detailed preconstruction planning focused on phasing, sequencing, logistics, and early identification of long-lead equipment and materials. This ensures that construction activities are aligned with the County's operational needs and the required project completion date. As part of this planning effort, TCC implements a rigorous subcontractor vetting and selection process to ensure all trade partners are qualified, properly staffed, and aligned with the project's operational, schedule, and quality goals. Subcontractors are evaluated based on relevant experience, workforce capacity, safety performance, and past results on similar projects. This early vetting helps establish clear expectations, reduces risk, and supports reliable execution throughout construction. TCC will provide full-time onsite supervision throughout all phases of construction, supported by structured coordination meetings, detailed scheduling, and clear documentation processes. Submittals, RFIs, inspections, and approvals will be actively tracked and managed to avoid delays and maintain transparency. All work impacting existing operations will be coordinated in advance with the County Project Manager, including written approval for system shutdowns, access restrictions, or work outside normal business hours. Cost control and quality management are integrated into TCC's methodology through detailed budgeting, clearly defined scopes of work, disciplined subcontractor coordination, and ongoing quality inspections. Our team emphasizes doing work correctly the first time, minimizing rework, and ensuring all systems are installed, tested, and commissioned in accordance with the project documents. Through this structured and collaborative approach, TCC will deliver a high-quality renovation and addition that meets Weld County's operational, schedule, and budget objectives while maintaining safety, functionality, and accountability throughout the project lifecycle. A critical objective of this project is maintaining uninterrupted County operations within an occupied facility. This includes strict adherence to approved work hours, advance coordination of system shutdowns, protection of existing finishes and equipment, and clear communication with County staff. TCC understands that safety, operational continuity, quality workmanship, and schedule reliability are essential measures of success for this project, along with full compliance with all Federal, State, and Local requirements. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 G CONTACT. 970-460-0583 I.' WEBSITE. www.tcccorp.net 3 RELEVANT PROJECT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition QUALITY.INTEGRITI Similar and Related Project Experience TCC Corporation has successfully completed numerous large-scale construction projects within the past five years that closely align with the scope, complexity, and operational constraints of the Weld County Motor Pool Complex Renovation and Addition. These projects include ground-up construction, phased additions, occupied- facility renovations, complex sitework, utility coordination, and specialized building systems. Over the past 14 years, TCC has completed more than 25 projects for Weld County, maintaining a consistent workload of at least three active Weld County projects per year over the past five years. This long-standing relationship has provided TCC with a deep understanding of Weld County's project specifications, procedures, review processes, and operational expectations. Our team is familiar with County standards for coordination, documentation, inspections, and closeout, allowing us to work efficiently within established County processes and avoid unnecessary delays or rework. Our experience spans public and private sector projects requiring disciplined execution, extensive coordination, and careful planning to maintain ongoing operations while delivering new construction and renovations. Each project listed below reflects TCC's ability to manage schedule, quality, safety, and operational continuity in complex environments similar to the Weld County Motor Pool Complex. Projects with Direct Relevance to This RFP The projects Listed below directly relate to the Weld County Motor Pool Complex Renovation and Addition due to their shared characteristics, including phased construction in occupied facilities, complex site logistics, extensive utility coordination, and integration of mechanical, electrical, plumbing, fire protection, and specialized equipment systems. TCC's experience with large vehicle service facilities, pre-engineered metal buildings, detention and stormwater infrastructure, and secure operational environments directly translates to the technical and logistical demands of the Motor Pool project. Our work on Weld County-owned facilities demonstrates our ability to maintain safety, operational continuity, and quality while delivering projects within defined schedules and budgets, in close coordination with County staff. This depth of experience, combined with our long-standing, consistent partnership with Weld County, positions TCC Corporation to effectively manage the scope, phasing, and coordination required to successfully deliver the Weld County Motor Pool Complex Renovation and Addition. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net RELEVANT EXPERIENCE : Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGPITY•DEPENDABILil7 Loveland Ford Pro Elite • Location: 3920 Mountain Lion Drive, Loveland, Colorado 80537 • Project Size: 61,000 SF building; 15 acres of site work • Completed Construction Value: $17,124,739.00 • Construction Schedule: February 1, 2023 - December 20, 2023 • Delivery Method: Design Build Brief Scope of Work: This project consisted of the ground-up construction of a 61,000-square-foot Ford Pro Elite Service Center in Loveland, Colorado. The facility includes a commercial motor vehicle service garage, customer lounge, offices, and parts storage constructed using a structural steel and CMU building system, along with full site development across approximately 15 acres, including underground detention ponds, complete utility infrastructure, and extensive concrete paving. The project required early and extensive coordination of specialized service equipment, long-lead materials, and multiple trade partners to support heavy-duty vehicle operations. TCC coordinated procurement, delivery, and installation sequencing of equipment and building systems in advance, while also managing site logistics, utilities, and stormwater systems. Close coordination with surrounding businesses and neighboring properties was maintained to ensure safe access and minimize disruption. Through this proactive approach, TCC delivered a complex, equipment-intensive facility with integrated systems, efficient workflow, and dependable schedule performance. TCC Project Team: Brian Cownover, Project Manager/ Jordan Cardenas, Superintendent Owner: WWW Enterprise - Jay Weibel, Owner - (970) 215-1574 Architect Contact: Infusion Architects, LLC - (303) 710-1892 w " 4 PRO IIIII . tr- „sx, �,..�r •/ gr J --;:- QADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 ® WEBSITE. 4, www.tcccorp.net RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGRITY•DEPENDABILITY Loveland Ford Pro Elite Photos • 1 - �".'"'• l/i�t .. Ili_ ' ��. t', *ii F I f , Ire, ; a { a rill gyp t T i ._1 : •1. '`',i r .un• --- it: . . s' _ .._ iiy ,yF i. emu 1. ' L. y r-., 4 f q' ' - -`" 1 I) l _ ( l{' ..�... -- j' I' 61.; to i-- (ii 'Ill_ N* 1 / , , I — i 11' -err -, J i t I — — — - 1' . ,-.1• _ L.")li t : r ,7 `,1' 1 _ 4_IF la 1 I R i ' e. .�t� k •J 1.: i r'_: a 1,-'ayT.. P`� ..- . ��. ._ ..y ' = _ - i Elite ' .ems ` a Commercial ..', ''� Service i _10410 QADDRESS. [i 6820 Powell Street, of ,. Loveland,CO 80538 r. .,iy,. , - r„�,,�' CONTACT. s 970-460-0583 ... WEBSITE. ••• www?cccorp.net RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGPITY•DEPENDAOILITY Fort Collins Kia • Location: 5811 South College Avenue, Fort Collins, Colorado 80525 • Project Size: 43,705 SF building, 121,000 SF sitework • Completed Construction Value: $15,389,484.00 • Construction Schedule: September 1, 2024 - September 31, 2025 • Delivery Method: Design-Build Brief Scope of Work: This project involved the complete demolition and redevelopment of an existing automotive dealership in Fort Collins, Colorado. The new facility features a modern Pre-Engineered Metal Building (PEMB) supporting a full- service automotive operation, including a customer showroom, administrative offices, and a fully equipped service garage, along with site coordination, utilities, concrete paving, interior finishes, and complete mechanical, electrical, and plumbing systems. TCC Corporation provided full Design-Build services, including architectural coordination, structural integration, MEP design, permitting, and construction execution. The project required extensive early coordination of subcontractors, suppliers, and specialized equipment, including procurement of long-lead items and sequencing of installations to support high-volume service operations. The facility was delivered to current brand standards while improving operational efficiency, workflow, and long-term durability, demonstrating TCC's ability to manage complex, equipment-intensive facilities through proactive coordination and disciplined schedule control TCC Project Team: Brian Cownover, Project Manager / Jordan Cardenas, Superintendent Owner: WWW Enterprise - Jay Weibel, Owner- (970) 215-1574 Architect Contact: Infusion Architects, LLC - (303) 710-1892 Ka", FORT COW V,,}. 4 II .--- , 1 ..• ' '41ii IA ' ,:-. \ / 1 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. ''e 970-460-0583 WEBSITE. ,-, .• www.tcccorp.net Ailili RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition DUALITY•INTEGRITY•DEPENDADILITY Fort Collins Kia Pictures ____.‘____:7 ' - —ii iLi i • it _ _ a./ .1 K . ,....--•. a II _ k `jAl• y\ \ \ 1 p PL".. . H' _ -- - - \,' \ \ \ j ,� i,- �\ ,� - .4 e ti''�' JG"'d _. .dal I _ .._.. __-1_ it., I IN ( /400111 itillill glifilia)\ 111110110. -,.. , -., -,— ' IIII ii— ,O /It,!l1t1.y, Q ADDRESS. _,, !Tc 6820 Powell Street, �`- Loveland,CO 80538 C CONTACT. 970-460-0583 WEBSITE. .■. www.tcccorp.net RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition Fort Collins Nissan • Location: 5721 South College Avenue, Fort Collins, Colorado 80525 • Project Size: 55,000 SF building; 15 acres of site work • Completed Construction Value: $22,000,000.00 • Construction Schedule: July 1, 2023 - November 15, 2024 • Delivery Method: Design Build Brief Scope of Work: This project involved a complete development of an existing automotive dealership site in Fort Collins, Colorado, including the construction of a new, modern vehicle service and sales facility. The scope included a customer showroom, administrative and sales offices, and a fully equipped repair and maintenance garage designed to support high-volume service operations, along with extensive civil and sitework across approximately 15 acres, including underground utilities, concrete paving, three detention ponds, a new roadway, and traffic signal installation. The project required early coordination of specialized service equipment, long-lead materials, and multiple trade partners to support operational requirements. TCC coordinated procurement, delivery, and installation sequencing in advance while also managing utilities, stormwater systems, traffic control, and site logistics. Close coordination with surrounding businesses, neighboring properties, and local jurisdictions was maintained to ensure safe access and minimize disruption throughout construction. This proactive approach resulted in a durable, efficient facility delivered with integrated building systems, large-scale site development, and strong schedule control. TCC Project Team: Brian Cownover, Project Manager / Beau Little, Superintendent Owner: WWW Enterprise - Jay Weibel, Owner- (970) 215-1574 Architect Contact: Infusion Architects, LLC - (303) 710-1892 a.F. II III;■ it 1111111 OADDRESS. 6820 Powell Street, Loveland,CO 80538 C CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net 9 RELEVANT EXPERIENCE Cg Weld County Motor Pool Complex - Renovation and Addition Fort Collins Nissan Pictures i --.....:___. Nos , ' ....A.D. : )7/1:—.- ,..—.• :::„,,,-Th 1 0,- 1 l... J., ,--.L., - __,..„___.:-..., ,,, VIP , __ ,. , . . , , li Z ', :, ;a lA I b,.M in ''le l - 1, W1l It„"luo ••• -, ." tom-.,_ t.,It - !.� . _ :mIA-- I 6i1-a-Ji 2- ...1, ri I�11 i 1i: _ 1� --- �r, .. 'r _ i ia.� _ -\i. � 16 »♦ i_ �„-� I III' y . • •a•ii1131111 1 III ��� ' I � I �i.��� r tll���� � � I ; , I14 _ ' \ i ..'- 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 .. WEBSITE. ••• www.tcccorp.net o . RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition Weld County Jail Booking Remodel • Location: 1 West, 1950 0 Street, Greeley, Colorado 80631 • Project Size: 2,250 SF • Completed Construction Value: $2,538,584.00 • Construction Schedule: July 2024 - January 2025 • Delivery Method: CM/GC Brief Scope of Work: This project involved the remodel of the jail booking area at the Weld County Jail, including upgrades to existing holding cells, interview rooms, and office spaces for both sheriff and detention staff. All work was performed within an active, high-security environment, requiring detailed phasing, extensive planning, and continuous coordination to maintain safety, security protocols, and uninterrupted facility operations. The scope included installation of new security and camera systems, enhanced life safety features, and durable, detention-grade finishes throughout the renovated areas. This project demonstrates TCC's ability to deliver sensitive renovations in occupied public facilities while maintaining strict safety controls, schedule discipline, and quality standards. TCC Project Team: Brian Cownover, Project Manager/ Beau Little, Superintendent Owner: Weld County - Alex Englebert, Project Manager - 970-381-8974 Architect Contact: Robert Shreve, Architect & Planning, 970-346-0151 :4 ': QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. ::: www.tcccorp.net RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGRITY•DEPENDABILITY Weld County Jail Booking Remodel & Addition Pictures ..,........... ..1" _ . mil ,.... r....i-i phi, \ A 1,. i 1a 4hdt........ \am .. 4 A 11411 I 1 jr- . _ - _...........„ 1 , '9 ra u) AIME 111111.1111111. U L i _ ------7--:- i\ II 0 th i \ a 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 t CONTACT. 970-460-0583 WEBSITE. a.. www.tcccorp.net 12 RELEVANT EXPERIENCE Clog Weld County Motor Pool Complex - Renovation and Addition Greeley Hyundai • Location: 4533 29th Street, Greeley, Colorado 80634 • Project Size: 20,300 SF building; 44,800 SF sitework • Completed Construction Value: $6,250,760.00 • Construction Schedule: March 3, 2025 - Expected January 30, 2025 • Delivery Method: CM/GC Brief Scope of Work: This project was delivered in multiple phases and included the construction of two new service buildings to support Greeley Hyundai's ongoing service operations, both completed in compliance with Hyundai Motor America standards and specifications. Phase two consisted of the complete demolition and redevelopment of the existing showroom and associated spaces, including a new service drive, upgraded service department, renovated parts room, and a new showroom with second-floor executive offices and restroom facilities. The project required careful phasing, sequencing, and coordination to maintain dealership operations throughout construction. The completed facility meets current brand standards, improves operational efficiency, and significantly enhances the experience for both customers and staff. This project demonstrates TCC's ability to manage phased construction within active facilities while maintaining schedule control, quality, and operational continuity. TCC Project Team: Brian Cownover, Project Manager / Beau Little, Superintendent Owner: Taber Properties, Ryan McManus, Project Manager, 970-397-6495 Architect Contact: Robert Shreve, Architect & Planning, 970-346-0151 x __� Y: , ,-- — =,, ' \ i 1A_ QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. ' 970-460-0583 ,.. WEBSITE. ■.. www.tcccorp.net • RELEVANT EXPERIENCE Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGRITY•DEPENDABILITY Greeley Hyundai Photos . ,., ,;,.x.:a tea... \ ',1'.. ..,,, „ - , , . ., ,uP, �, . , ,„,„:„ 11 E ,I, IP � � q. u t ��R t w.i . \.„.., , , �i , t� t�,�� =�I -------... 1 — r , QADDRESS. 6820 Powell Street, Loveland,CO 80538 c CONTACT. ‘r 970-460-0583 ® WEBSITE. www.tcccorp.net 1i COMPANY SIZE AND FINANCIAL CAPACITY Weld County Motor Pool Complex - QUALITY•INTEGPITY•DEPCNC.ABI' Renovation and Addition TCC Corporation employs 15 full-time and 5 part-time employees and maintains an annual operating revenue of approximately $46 million. Our size and structure are intentional and allow us to remain agile, responsive, and fully engaged throughout all phases of a project. This approach provides the financial capacity, staffing depth, and management oversight necessary to successfully deliver complex public-sector construction projects. While TCC's most recent annual revenue exceeded $46 million, the firm consistently maintains a strong and balanced workload, with more than $65 million in active contracts and awarded projects under management at any given time. This demonstrates TCC's ability to effectively manage multiple complex projects simultaneously while maintaining financial stability, staffing capacity, and consistent project leadership. TCC operates with a lean team model that emphasizes accountability and continuity. Rather than passing responsibilities between multiple departments or project teams, TCC assigns consistent leadership from preconstruction through final closeout. The same core personnel who participate in early planning, budgeting, and scheduling remain directly involved during construction and completion. This continuity eliminates information gaps, streamlines decision-making, and ensures issues are addressed quickly and effectively. This structure results in clearer communication, stronger coordination with owners and stakeholders, and a higher level of responsibility at every stage of the project. By maintaining direct ownership of scope, schedule, and quality, TCC reduces risk, minimizes change, and delivers dependable results. This consistent, hands-on approach has proven effective across TCC's public- sector work and is a key reason clients continue to select TCC for projects requiring reliability, transparency, and accountability. QADDRESS. 6820 Powell Street, Loveland,CO 80538 C CONTACT. 970-460-0583 ® WEBSITE. www.tcccorp.net CRITICAL ISSUES Weld County Motor Pool Complex - Renovation and Addition Critical Issues, Project Risks, and Overall Mitigation Strategy The Weld County Motor Pool Complex Renovation and Addition presents several critical risks that must be proactively managed to ensure project success. Based on our experience delivering phased, occupied, and vehicle-oriented facilities for public agencies, TCC Corporation has identified the following key risks and developed an integrated approach to mitigate them while maintaining safety, schedule, quality, and uninterrupted County operations. 1. Occupied Facility and Operational Continuity Risk Risk: The existing Motor Pool facility must remain fully operational throughout construction until the new additions are complete and ready for occupancy. Disruptions to fleet maintenance, fueling, dispatch, or administrative functions could directly impact County services. Mitigation:TCC will develop a detailed phasing and sequencing plan that clearly defines construction zones, operational zones, access routes, and transition milestones. Temporary services, walkways, barriers, and signage will be installed to maintain safe access for staff and visitors. Any work impacting existing operations will be coordinated in advance with the County Project Manager, including formal written approval for system shutdowns, access restrictions, or work outside normal business hours. This approach ensures continuity of operations while construction progresses safely and efficiently. 2. Phased Construction and Site Logistics Risk Risk: The phased nature of the project, combined with active vehicle traffic, limited staging space, and ongoing County operations, creates logistical challenges related to deliveries, material storage, equipment movement, and workforce coordination. Mitigation: TCC will implement a comprehensive site logistics plan addressing delivery scheduling, material handling, equipment staging, traffic control, and daily housekeeping. Deliveries will be coordinated to avoid peak operational periods, and on-site storage will be clearly designated to prevent interference with Motor Pool activities. A full-time onsite superintendent will actively manage site conditions and coordinate daily activities to maintain safe, organized, and efficient operations. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. :.. www.tcccorp.net ( ) 970-371-8404 Brian bcrownover@tcccorp.net Crownover uu 6820 Powell Street, N,„ Vice President/Senior Project Manager Loveland,CO 80538 PROFESSIONAL SUMMARY SKILLS Brian Crownover is a senior executive leader at TCC Corporation with nearly * Leadership * Critical Thinking two decades of experience delivering complex commercial and public-sector * Detail-Oriented * Calm&Decisive construction projects.Having been with TCC since 2007,Brian began his career * Communication * Organization as a Superintendent and advanced into Project Management and executive leadership,bringing deep field experience and operational insight to every EDUCATION project. University of Colorado-Boulder,CO As a co-owner of TCC Corporation,he provides strategic oversight across all CERTIFICATIONS phases of construction,from preconstruction planning through final closeout.His background in architecture and construction allows him to bridge design intent Completed OSHA 30 Hour Construction Safety with constructability,driving efficient execution,cost control,and schedule training along with Colorado Safety Association coursework,including scaffold safety,suspended reliability.Brian is known for his disciplined approach to safety,precision,and access and rigging,and construction site quality,and for building trusted relationships with owners,architects,engineers, supervision.Certified as a CDOT Transportation and subcontractors to consistently deliver successful project outcomes. Erosion Control Supervisor(TECS). REFERENCES PROJECT EXPERIENCE * Will Hopkins-Senior PM-Weld County Facilities * Fort Collins Kia Dealership-$15M-Fort Collins,CO Department-970-227-7588 * Fort Collins Nissan Dealership-$22M-Fort Collins,CO * Jay Weibel-Dealership Owner-970-215-1574 * Ford Pro Elite Service Center-$17M-Loveland,CO * Todd Maul-Elway Dealer Owner-970-875-9069 * Chase Building Renovation-$6M-Greeley,CO * Alex Englebert-PM-WeldWeld County Facilities * Weld County Briggsdale Grader Shed-$1.7M-Briggsdale,CO Department-970-381-8957 * Weld County Jail Booking Renovation-$2.5M-Greeley,CO PRINCIPAL RESPONSIBILITES * Provides executive oversight across multiple projects to ensure alignment with owner expectations,contract requirements,quality standards, and company objectives * Directs all phases of the project lifecycle,including preconstruction strategy,constructability reviews,procurement,construction execution, and closeout * Oversees project budgets,cost forecasting,and financial controls to protect profitability and ensure accurate reporting at all stages * Reviews,approves,and enforces master project schedules,milestone planning,and recovery strategies to maintain schedule compliance * Leads change management efforts,including scope evaluation,pricing development,risk assessment,negotiation,and resolution with owners and stakeholders * Serves as a primary executive point of contact for owners,architects,engineers,inspectors,and key project partners * Provides leadership,mentorship,and accountability for project managers and superintendents to ensure consistent execution,quality,and performance standards * Maintains executive-level field oversight through regular site visits,progress reviews,and performance evaluations * Establishes,enforces,and monitors safety programs and compliance with company policies,OSHA regulations,and project-specific requirements * Supports business development and preconstruction pursuits by providing strategic input,project planning expertise,and risk evaluation 970-966-5306 Jordan (i•; jcardenas@tcccorp.net Cardenas iiii 6820 Powell Street, Superintendent/Project Manager Loveland,CO 80538 , g PROFESSIONAL SUMMARY SKILLS Jordan Cardenas is a versatile construction professional at TCC Corporation * Leadership * Strategic Thinking with experience spanning both project management and field supervision.With * Adaptability * Problem-Solving a strong background in disaster response and water restoration,Jordan brings * Communication * Urgency adaptability,urgency,and problem-solving skills to every project he supports.He is known for seamlessly balancing hands-on field involvement with the EDUCATION responsibility of managing his own projects,allowing him to step in wherever Colorado General Contractor-Class B needed while maintaining accountability for schedule,quality,and cost. Construction Course Jordan prioritizes safety on every job site,ensuring crews and subcontractors adhere to established safety standards and best practices.He is highly relationship-driven,working closely with owners and subcontractors to foster CERTIFICATIONS trust,clear communication,and efficient execution.Jordan takes pride in 30-HR OSHA;Forklift/Aerial/Scissor Certifications delivering projects on time and in alignment with owner expectations, consistently supporting TCC's commitment to quality,reliability,and teamwork. REFERENCES PROJECT EXPERIENCE * Mike Philips,Alternative Homes for Youth- * Fort Collins Kia Dealership-$15M-Fort Collins,CO 970-397-1847 * Ford Pro Elite Service Center-$17M-Loveland,CO * Jay Weibel-Dealership Owner-970-215-1574 * Alternative Homes for Youth-$2.5M-Greeley,CO * Cody Bays-Northern Colorado Marine- * Weld County Motor Pool-$100K-Greeley,CO 970-619-0416 * Monfort Children's Clinic-$800K-Greeley,CO * Bob Maulk-All Phase Restoration-970-581-0078 * UNC Chiller Replacement-$1.2M-Greeley,CO PRINCIPAL RESPONSIBILITES * Manages on-site operations by leading crews,coordinating subcontractors,and ensuring work is executed safely,efficiently,and in accordance with contract documents and quality standards * Oversees daily field activities with clear communication between project teams and stakeholders to maintain alignment with schedules, milestones,and owner expectations * Reviews and tracks project schedules and budgets,identifying potential risks early and implementing proactive solutions to maintain progress and cost control * Drives coordination and accountability through regular production meetings,clear expectation setting,and follow-through on deliverables * Maintains high-quality workmanship through routine inspections,punch list development,and enforcement of contract compliance * Enforces jobsite safety through regular hazard assessments,toolbox talks,and maintaining a clean,organized,and compliant work environment * Documents and tracks project activities through daily field reports,RFIs,submittals,change orders,and inspection logs to ensure transparency and accountability * Coordinates with inspectors and authorities having jurisdiction to secure timely approvals,pass inspections,and achieve successful project closeout * Supports overall project success by contributing to estimating,budgeting,IT coordination,branding,marketing,and community outreach efforts 4 r CRITICAL ISSUES Cmg Weld County Motor Pool Complex - Renovation and Addition Critical Issues, Project Risks, and Overall Mitigation Strategy The Weld County Motor Pool Complex Renovation and Addition presents several critical risks that must be proactively managed to ensure project success. Based on our experience delivering phased, occupied, and vehicle-oriented facilities for public agencies, TCC Corporation has identified key risks related to occupied operations, phased construction, utility coordination, subcontractor performance, safety, schedule control, and equipment-intensive systems. TCC mitigates these risks through early planning, disciplined coordination, consistent onsite leadership, and a rigorous subcontractor vetting process that evaluates experience, capacity, safety performance, and past results. This integrated approach allows TCC to manage risk decisively while maintaining safety, schedule reliability, quality workmanship, and uninterrupted County operations throughout the project. 1. Occupied Facility and Operational Continuity Risk • Risk: The existing Motor Pool facility must remain fully operational throughout construction until the new additions are complete and ready for occupancy. Disruptions to fleet maintenance, fueling, dispatch, or administrative functions could directly impact County services. • Mitigation: TCC will develop a detailed phasing and sequencing plan that clearly defines construction zones, operational zones, access routes, and transition milestones. Temporary services, walkways, barriers, and signage will be installed to maintain safe access for staff and visitors. Any work impacting existing operations will be coordinated in advance with the County Project Manager, including formal written approval for system shutdowns, access restrictions, or work outside normal business hours. This approach ensures continuity of operations while construction progresses safely and efficiently. 2. Subcontractor Performance and Workforce Reliability • Risk: Subcontractor non-performance or insufficient manpower can negatively impact schedule, quality, and coordination, particularly on projects with complex phasing, specialized equipment, and strict operational requirements. • Mitigation Approach: TCC mitigates the risk of subcontractor non-performance through disciplined prequalification, clear scope definition, and active performance monitoring throughout the project. Subcontractors are selected based on experience, workforce capacity, safety record, and past performance, with regular coordination and field oversight used to identify issues early. If a subcontractor fails to meet contractual obligations, TCC takes decisive action to protect the project, including supplementing labor, reassigning scope, or replacing the subcontractor as necessary, ensuring schedule integrity, quality standards, and uninterrupted project progress. OADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net CRITICAL ISSUES Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGPITY•DEPENDABIL[TY 3. Phased Construction and Site Logistics Risk • Risk: The phased nature of the project, combined with active vehicle traffic, limited staging space, and ongoing County operations, creates logistical challenges related to deliveries, material storage, equipment movement, and workforce coordination. • Mitigation: TCC will implement a comprehensive site logistics plan addressing delivery scheduling, material handling, equipment staging, traffic control, and daily housekeeping. Deliveries will be coordinated to avoid peak operational periods, and on-site storage will be clearly designated to prevent interference with Motor Pool activities. A full-time onsite superintendent will actively manage site conditions and coordinate daily activities to maintain safe, organized, and efficient operations. 4. Utility Coordination and System Shutdown Risk • Risk: The project requires integration of new electrical, mechanical, plumbing, fire protection, and utility systems with existing infrastructure that supports active operations. Improper coordination could result in unplanned outages or operational impacts. • Mitigation: TCC will identify all required utility tie-ins and shutdowns early in the project and coordinate them through formal RFIs and written requests in accordance with County procedures. Shutdowns will be scheduled with sufficient notice, planned during approved windows, and executed with contingency planning to minimize duration and risk. All work will be performed by qualified, licensed trades, with inspections coordinated and attended by TCC personnel. 5. Schedule Risk and Long-Lead Items • Risk: Long-lead equipment, specialty systems, and material procurement present a risk to meeting the required project completion date if not identified and managed early. • Mitigation: During preconstruction, TCC will identify long-lead items and incorporate procurement milestones directly into the project schedule. Early submittals, proactive review tracking, and advance ordering will be prioritized. Schedule updates will be reviewed regularly with the County to ensure transparency and allow for early resolution of potential impacts. 6. Safety and Security Risk • Risk: Construction activities occurring adjacent to active County operations increase the risk of safety incidents involving staff, visitors, and contractors if not properly controlled. • Mitigation: TCC will implement a site-specific safety plan addressing access control, separation of work zones, vehicle and pedestrian routing, and daily safety inspections. Controlled access points and physical barriers will be maintained at all times. All personnel will be briefed on safety expectations and site protocols, and compliance will be actively enforced. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. '1e 970-460-0583 WEBSITE. ••• www.tcccorp.net PROJECT COST CONTROL AND REGULATORY COMPLIANCE Weld County Motor Pool Complex - igl'7s Renovation and Addition Cost Control for Prime Contractor and Subcontractors TCC Corporation employs a disciplined cost control process designed to provide transparency, accountability, and predictability throughout the project lifecycle. Cost control begins during preconstruction with detailed quantity takeoffs, clearly defined scopes of work, and competitive subcontractor procurement. Subcontract agreements are structured with clearly defined inclusions, exclusions, and coordination responsibilities to minimize scope gaps and cost risk. Once construction begins, TCC tracks project costs through detailed cost reports that monitor commitments, approved changes, and forecasted final cost. All subcontractor pay applications are reviewed for accuracy, percentage complete, and compliance with contract requirements before approval. Changes in scope are managed through a formal change management process requiring written authorization prior to execution, ensuring that cost impacts are identified, reviewed, and approved in advance. TCC maintains continuous communication with subcontractors regarding schedule, manpower, and productivity to avoid cost overruns related to delays or inefficiencies.This proactive approach allows TCC to identify potential cost impacts early and work collaboratively with the County to mitigate risk while maintaining budget control. Federal, State, and Local Compliance TCC Corporation ensures compliance with all applicable Federal, State, and Local laws, codes, ordinances, and regulatory requirements through structured processes and experienced oversight. Our team coordinates permitting, inspections, and approvals with Weld County, the City of Greeley, and all applicable authorities having jurisdiction. All work will be performed by properly licensed and qualified trades in accordance with project specifications and regulatory requirements. Required inspections will be scheduled, attended, and documented by TCC personnel. Utility coordination, right-of-way requirements, and system shutdown approvals will be managed in strict accordance with County procedures and timelines. Compliance is reinforced through ongoing documentation, including daily logs, inspection records, safety reports, and closeout documentation. This ensures transparency, accountability, and adherence to all contractual and regulatory obligations throughout the project. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. ,� y www.tcccorp.net T� {Fxa$�R i 20 QUALITY CONTROL AND OSHA Weld County Motor Pool Complex - Renovation and Addition Project-Wide Quality Management TCC Corporation implements a comprehensive quality control program that spans preconstruction through final closeout and reflects our core values of quality, integrity, and dependability. Quality expectations are established early through coordination reviews, constructability assessments, and clear communication of project requirements to subcontractors and field staff. During construction, quality is managed through scheduled inspections, milestone reviews, and verification of work against the contract documents. TCC's field leadership conducts regular quality inspections to confirm proper installation, coordination between trades, and compliance with specifications. All deficiencies are documented and addressed promptly, ensuring accountability and preventing rework or downstream impacts. Testing, commissioning, and system verification are coordinated for all major building systems to ensure proper operation prior to acceptance. Closeout activities include verification of completed work, delivery of as-built documentation, O&M manuals, warranties, and formal training for County staff as required. This structured and transparent approach reinforces TCC's commitment to quality, integrity, and dependability, delivering a durable, high-quality project that meets Weld County's operational and long- term performance expectations. OSHA Citations and Safety Record TCC Corporation has not received any OSHA citations for violations within the past twenty-five (25) years. Safety is a core component of our operations and is integral to our commitment to quality, integrity, and dependability on every project. All members of TCC's project team assigned to this project are OSHA-certified and trained to work safely within active and occupied environments. TCC enforces site-specific safety plans, regular safety meetings, and continuous field oversight to ensure compliance with OSHA standards and all applicable Federal, State, and Local safety regulations. This proactive safety culture helps protect workers, County staff, and the public while minimizing risk and maintaining uninterrupted project progress. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. IMO www.tcccorp.net CLAIMS, SUITES AND DAMAGES Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGR,- ?� November 2024 - Arbitration TCC served as the General Contractor. The opposing party is the HVAC subcontractor. The dispute concerns a payment disagreement stemming from the subcontractor's nonperformance and damage to surrounding work and property. Arbitration is scheduled for September 29 - October 1, 2025. The case was resolved through arbitration. Liquidated Damages History TCC Corporation has not been assessed liquidated damages on any project. Our projects are planned and executed with a strong emphasis on schedule control, proactive coordination, and direct accountability to ensure contractual milestones and completion requirements are consistently met. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. ••• www.tcccorp.net COMPANY OWNERSHIP CHANGES Weld County Motor Pool Complex - Renovation and Addition Within the past five (5) years, TCC Corporation has experienced a minority ownership addition as part of its planned leadership development and long-term growth strategy. In 2024, Jordan Cardenas became a minority owner of TCC Corporation. This change was implemented with a smooth, deliberate transition designed to support long-term continuity and provide consistent service for years to come. This ownership change did not result in any disruption to company operations, management structure, or project delivery. Jordan Cardenas has consistently demonstrated strong leadership, accountability, and commitment to TCC's core values of quality, integrity, and dependability, and has become a key contributor to project execution and team development. He has the full support of executive leadership, ownership, and team members and continues to play an active role in strengthening internal processes and supporting company growth. TCC Corporation remains financially stable, locally owned, and committed to maintaining continuity in leadership, culture, and project execution, ensuring reliable service and consistent project delivery for our clients well into the future. QADDRESS. 6820 Powell Street, Loveland,CO 80538 G CONTACT. 970-460-0583 �� 1 WEBSITE. www.tcccorp.net WORK LOCATION AND FAMILIARITY Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGPITY•DEPENDA Proposer Location and Coordination with Weld County TCC Corporation's main office is located in Loveland, Colorado, with previous office locations in Greeley and Weld County. Our proximity to the project site allows for consistent onsite presence, responsive coordination, and direct engagement with Weld County staff throughout all phases of the project. Our location will not impact project coordination in any way. TCC assigns full-time onsite leadership and maintains readily available project management staff to ensure prompt communication, rapid issue resolution, and consistent collaboration with the County. Our team is accustomed to working closely with County representatives, inspectors, and consultants, and we prioritize in-person coordination when beneficial to the project. Familiarity with WeLd County Specifications and Policies TCC Corporation has worked with Weld County for more than 15 years, delivering projects under County specifications, procedures, and operational requirements. Our Vice President and Senior Project Manager, Brian Crownover, has been directly involved in many of these projects and brings extensive experience navigating Weld County's standards, approval processes, and expectations. We are thoroughly familiar with Weld County project specifications, RFP requirements, RFI protocols, submittal procedures, inspection processes, and closeout documentation standards.This familiarity allows TCC to proactively address requirements, minimize delays, and avoid unnecessary changes or cost impacts. Our approach emphasizes early coordination, clear documentation, and strict adherence to County procedures. Knowledge of Weld County and Collaborative Approach TCC Corporation has a strong working knowledge of Weld County's operational needs, facilities standards, and public-service priorities. Through years of collaboration, we have developed strong professional relationships with County staff and understand the importance of delivering projects that support uninterrupted operations, long-term durability, and responsible use of public funds. Our team takes a proactive and collaborative approach on all Weld County projects, working to resolve issues early and avoid change orders whenever possible. When changes are necessary, we communicate openly, provide clear documentation, and focus on solutions that align with the County's goals. This cooperative mindset allows TCC to add value through thoughtful planning, efficient execution,and dependable delivery. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 C CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net 24 PRELIMINARY SCHEDULE AND PHASING APPROACH Weld County Motor Pool Complex - QUALITY•INTEGPITY•DEPENDADIL." Renovation and Addition The Weld County Motor Pool Complex Renovation and Addition will be delivered through a structured, multi-phase approach that maintains uninterrupted Motor Pool operations while sequencing work safely and efficiently. The following phasing schedule is based on an anticipated contract execution in March 2026 and achieves final completion within the required contract time. This approach prioritizes early utility and infrastructure enabling work, construction of new facilities prior to renovation of the existing building, and a controlled operational transition to minimize risk, maintain safety, and ensure continuous support of County fleet operations throughout the project. Phase 1 - Utility and Electrical Enabling Work - April 2026 -- August 2026 Key Milestones: • New electrical equipment is installed and operational • New pad-mounted transformer installed and energized • Existing electrical system successfully back-fed • New water service established for the Wash Building Phase Activities: • Install new electrical equipment in the existing building; remove or relocate existing equipment as requ i red • Remove existing trees as needed for utility installation • Install and connect the new pad-mounted transformer • Back-feed the existing electrical distribution system to maintain continuous operations • Coordinate removal of existing pad-mounted transformer, primary feeds, and service entrance • Provide new water service to the Wash Building and disconnect the existing water service from the Motor Pool building This phase establishes the critical utility and electrical infrastructure required to support new construction activities, reduce risk to existing operations, and ensure uninterrupted Motor Pool functionality while safely transitioning services to support subsequent phases of work. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 ® WEBSITE. www.tcccorp.net 25 PRELIMINARY SCHEDULE AND PHASING APPROACH Cmg Weld County Motor Pool Complex Renovation and Addition Phase 2 - New Construction and Site Separation - May 2026 -- October 2026 Key Milestones: • Construction fencing and site separation in place • Small Vehicle Shop building enclosed • Large Vehicle Shop building enclosed Phase Activities: • Install construction fencing to separate the existing Motor Pool facility from active construction areas • Coordinate laydown areas, material staging, and construction activity zones with Weld County • Construct the Small Vehicle Shop and Large Vehicle Shop, including foundations, structure, building envelope, and core building systems This phase allows the new facilities to be constructed independently while the existing Motor Pool remains fully operational, establishing a safe separation between construction and active operations and creating the foundation for a seamless transition into the new buildings in subsequent phases. Phase 3 - Transition and Existing Building Renovation - October 2026 -- March 2027 Key Milestones: • New facilities are fully operational • Motor Pool services successfully transitioned • Existing building renovation is substantially complete Phase Activities: • Relocate Motor Pool services into the new facilities once fully operational • Contractor to relocate all large and permanently installed equipment and install equipment within the additions • Renovate the existing Motor Pool building in accordance with the project documents Transition activities will be carefully coordinated with County staff through detailed planning, advance communication, and controlled sequencing to ensure continuity of operations, protect critical equipment, and maintain safety and efficiency throughout the transition and renovation process. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 C CONTACT. 970-460-0583 WEBSITE. ••• www.tcccorp.net 26 PRELIMINARY SCHEDULE AND PHASING APPROACH Weld County Motor Pool Complex - Renovation and Addition Phase 4 - Site Completion and Project Closeout - March 2027 -- May 2027 Key Milestones: • Site infrastructure complete • Final inspections and punch list complete • Project accepted by Weld County Phase Activities: • Complete site infrastructure including dumpster enclosures, tire storage, covered parking, site lighting, and paving • Perform final inspections, testing, training, and closeout documentation Overall Schedule Control Each phase will be supported by detailed scheduling, early procurement, and full-time onsite supervision. Regular coordination meetings and schedule updates will be conducted with Weld County to track progress, manage risk, and ensure all milestones are achieved. This phased approach allows TCC Corporation to maintain uninterrupted operations, manage complexity, and deliver the project by the required completion date. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 G CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net PRICING AND ESTIMATING Weld County Motor Pool Complex - Renovation and Addition QUALITY•INTEGRITY•DEPENDADILITY Pricing Development and Estimating Methodology TCC Corporation's proposed pricing for the Weld County Motor Pool Complex Renovation and Addition was developed using a detailed, document-based estimating process grounded in the project drawings, specifications, schedules, and requirements outlined in this RFP. Pricing reflects a complete, lump-sum approach consistent with the County's procurement method and includes all labor, materials, equipment, supervision, general conditions, coordination, and overhead required to deliver a complete project. The estimate was prepared using a combination of quantity takeoffs, historical cost data from similar vehicle service and public-sector projects, and subcontractor input. Key scopes such as civil, structural, mechanical, electrical, plumbing, fire protection, and specialty systems were reviewed in detail to ensure accuracy and completeness. TCC emphasized early identification of long-lead items, phased construction impacts, occupied-facility requirements, and site logistics when developing pricing. Subcontractor pricing was solicited from qualified, experienced trade partners familiar with Weld County standards and similar project types. All subcontractor proposals were reviewed to confirm scope alignment, inclusions, exclusions, and coordination responsibilities. Pricing was normalized to eliminate gaps and overlaps and to ensure that all required work is captured. Pricing Inclusions TCC's pricing includes all work necessary to deliver the project in accordance with the contract documents and RFP requirements, including but not limited to: • Labor, materials, equipment, and supervision for all construction activities • Phased construction and coordination are required to maintain uninterrupted Motor Pool operations • Site logistics, traffic control, temporary services, and protection of existing facilities • Utility coordination, system tie-ins, inspections, testing, and commissioning • Full-time onsite supervision, project management, scheduling, and documentation • Daily cleanup, site maintenance, and restoration of impacted areas • Required closeout documentation, training, and warranties QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. i.. www.tcccorp.net 28 COST SAVINGS AND VALUE OPPORTUNITIES Weld County Motor Pool Complex - Renovation and Addition Cost Savings and Value Opportunities While TCC's pricing reflects the full scope required by the contract documents, we actively seek opportunities during construction to provide cost savings and added value without reducing quality, performance, or long-term durability. Cost-saving measures are evaluated collaboratively and are only proposed where performance, life-cycle value, and Weld County standards are maintained or enhanced. TCC's approach to cost savings is rooted in early planning, disciplined coordination, and continuous evaluation of construction means and methods. By leveraging our experience with complex, equipment- intensive facilities and our lean team structure, TCC identifies opportunities that improve efficiency, reduce risk, and support dependable project delivery. Approach to Cost Savings Potential cost savings and value opportunities may include, but are not limited to, the following strategies: • Early Procurement and Sequencing o Identifying long-lead materials early and aligning procurement with the approved phasing plan to reduce schedule risk, avoid material escalation, and improve overall construction efficiency. • Constructability and Means Review o Ongoing evaluation of construction methods, sequencing, access, and installation approaches to improve constructability, reduce labor or equipment inefficiencies, and eliminate unnecessary rework. • Material and System Alternatives o Evaluation of equivalent materials or systems that meet or exceed performance requirements while offering potential cost or schedule advantages, subject to Weld County review and approval. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net 29 COST SAVINGS AND VALUE OPPORTUNITIES Weld County Motor Pool Complex - Renovation and Addition Potential Cost-Saving Considerations Subject to County approval and performance requirements, potential considerations may include: • Use of Ashford Formula concrete floor sealer in lieu of specified epoxy systems where appropriate • Substitution of standard cast iron waste and vent piping in lieu of "extra heavy" where allowed by code and specifications • Adjustment of EPDM roofing membrane thickness where performance criteria are maintained • Use of a 4-inch concrete floor slab in office areas in lieu of 8-inch where structural requirements permit • Implementation of fly ash treatment in lieu of full replacement of twelve inches of road base beneath concrete and asphalt paving • Routing fluid and compressed air lines overhead in lieu of using a prefabricated floor utility trench • Optimization of equipment layout and installation sequencing to reduce redundant infrastructure and improve long-term serviceability • Evaluation of lighting layouts and controls to improve efficiency while maintaining required illumination levels • Coordination of durable, low-maintenance finishes in high-use areas to reduce lifecycle maintenance costs These opportunities reflect TCC's experience with vehicle service, industrial, and public-sector facilities and our understanding of where efficiencies can be achieved through thoughtful coordination, constructability review, and sequencing—without compromising durability, performance, or long-term operational needs. Coordination Efficiencies and Issue Resolution Additional value is achieved through coordination efficiencies made possible by TCC's lean team structure and consistent project leadership. By maintaining the same core personnel from preconstruction through closeout, TCC improves coordination between trades, reduces rework, and minimizes unnecessary change orders. Potential issues are identified early through regular coordination meetings, constructability reviews, and RFIs, allowing conflicts to be resolved before they impact cost or schedule. This proactive approach helps control project risk and supports predictable outcomes for the County. QADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. 970-460-0583 WEBSITE. www.tcccorp.net 30 COST SAVINGS AND VALUE OPPORTUNITIES Weld County Motor Pool Complex - Renovation and Addition Operational Efficiencies As the General Contractor, TCC Corporation focuses on delivering operational efficiencies that benefit Weld County beyond construction and throughout the life of the facility. Through early planning, strong coordination, and disciplined execution, TCC helps create facilities that operate efficiently, are easy to maintain, and support reliable fleet operations. TCC's involvement begins during preconstruction with constructability reviews, equipment coordination, and workflow planning. By understanding how the Motor Pool operates day to day, TCC sequences work and coordinates building systems to support efficient vehicle movement, safe work areas, and streamlined maintenance. Operational efficiencies achieved through TCC's coordination may include improved vehicle circulation and shop layout, strategic placement of service bays and equipment, and well-coordinated installation of fluid systems, compressed air, electrical distribution, and specialty equipment. TCC works with trade partners to ensure systems are accessible, properly sequenced, and positioned to reduce downtime and allow for future flexibility. Additional efficiencies are achieved by coordinating durable, low-maintenance materials and finishes in high-use areas, reducing long-term maintenance needs. Consistent project leadership from preconstruction through closeout ensures operational considerations identified early are carried through to completion, resulting in a facility that functions efficiently, safely, and reliably for County staff. County Review and Approval All cost-saving opportunities will be presented transparently to Weld County with clear documentation outlining scope, performance equivalency, schedule impacts, and cost implications. No changes will be implemented without prior written approval from the County. 0 ADDRESS. 6820 Powell Street, Loveland,CO 80538 CONTACT. '1e 970-460-0583 I.. WEBSITE. •• www.tcccorp.net ID Task Task Name Duration Start We 1,2026 Fae2.2026 I4a 1,2027 a Mode 1 F M A .. M. ! . 1 . 4 S 0 N 0 1 f M A M 1 1 ag. Phase a1 314 days Man 3/9/26 ia I 2 WI R Contract award 1 day Mon 3/9/26 I 3 R Submittal Process 40 days Tue 3/10/26 i T ++��,, {{ 4 W Lead time for electrical gear 110 days Tue 3/10/26 • ^fir- -w--,-.----7 5 Et Lead time for PEMB 50 days Tue 4/28/26 a I 6 R Lead time for elevator 60 days Tue 4/28/26 ► 1 I 7 nf.1 Lead time for Vehicle equip 45 days Tue 5/5/26 w 8 R Mobilization 1 day Tue 4/21/26 1 9 r Install water service 15 days Tue 4/21/26 10 ay Electrical service install 15 days Tue 8/11/26 _ 'i 11 .1 Transformer install by others 10 days Tue 8/25/26 44I011 12 01 Mumma 117 days Tue 5/12/26 t' a 13 a► Survey/layout 2 days Tue 5/12/26 v 14 Erosion control 2 days Tue 5/12/26 15 Fe Site dearing 2 days Thu 5/14/26 16 t Earthwork 5 days Mon 5/18/26 17 R Concrete tooter/foundation 7 days Mon 5/25/26 18 saq Site utilities 10 days Mon 5/25/26 19 4 Small trash enclosure 5 days Mon 6/1/26 20 re Undenlab plumbing 7 days Wed 6/3/26 21 .1 Trench drain&utility trench install 7 days Wed 6/3/26 22 Site retaining walls 7 days Wed 6/3/26 23 Pour slab 2 days Fri 6/12/26 24 .3. Erect PEMB 13,500sf&23,500sf 30 days Tue 7/7/26 25 Ws Install steel for connecting bldgs 10 days Tue 7/28/26 26 ag Masonry wainscot 15 days Tue 8/4/26 f 27 1 Interior framing 15 days Tue 8/4/26 ,ram:.{ 28 R Install Off doors&Kalwall 5 days Tue 8/18/26 �1fjs 29 install cranes 7 days Tue 8/18/26 30 .4 Install vehicle equipment 15 days Tue 8/18/26 T I 31 MEP rough 25 days Tue 8/18/26 I 32 4 Drywall 15 days Tue 8/25/26 *l I TaskV1011111=111111111101 Protect Summary 7""'—""1 Manual Task I . . I Stan.ony E Deadline a Project:WC Motor Pool-Sched Sda •• •• •• IruRwe task Dwnion-only t•MEM111111 Finish-only J Progress Date.Thu 1/29/26 Milestone ♦ IruRve Milestone Manual Summary Roaup External Tasks Manual Progress Summary I , koctire Summary Manual Summary I I External Milestone .7 Page 1 ID Task Task Name Duration Start Half 1,2026 HO Z 2026 Half 1,2027 iv Made IF M A M J J _ A S O N D 1 F M A M 1 33 ti Snow melt system 10 days Tue 9/8/26 34 R Install fluid system 10 days Tue 9/15/26 35 4 Finishes @ interior offices 10 days Tue 9/15/26 36 . Concrete apron 10 days Tue 9/22/26 37 ss1 Doors&hardware 3 days Tue 9/22/26 39 M MEP trim 10 days Tue 9/22/26 39 In Epoxy flooring&striping 7 days Tue 10/6/26 Ltt:jainll ---------H' 40 in Punch list 5 days Thu 10/15/26 41 4 151 days Thu 10/22/26 42 •.: Selective demo 10 days Thu 10/22/26 43 .r Demo slab on grade 5 days Thu 10/22/26 44 s. Underslab plumbing 7 days Thu 10/29/26 T 45 04 Trench drain&utility trench install 7 days Thu 10/29/26 46 Paint booth pit 5 days Mon 11/9/26 T 47 m4 Elevator pit 7 days Mon 11/9/26 T 48 In Foundations for second floor steel 7 days Mon 11/9/26 49 R Pour slab 2 days Wed 11/18/26 50 se. Install steel channel support 7 days Fri 11/20/26 T 51 R Cut in windows on 2nd floor 3 days Fri 11/2026 T 52 tas Install steel for second floor office 6 days Fri 11/20/26 53 R Earthwork 10 days Fri 11/2026 54 Pour slab on deck 2 days Mon 11/30/26 55 aq Install new roof Joist 5 days Wed 12/2/26 56 R Replace roofing 8 days Wed 12/9/26 57 6t Masonry repairs&inflils 7 days Wed 12/9/26 58 R Will frame&siding 5 days Wed 12/9/26 59 n Install steel for Kalwall 7 days Wed 12/9/26 60 4 Interior framing 1st&2nd firs 10 days Wed 12/16/26 61 Ws Install OH doors&Kalwall 5 days Fri 12/18/26 • 62 4 Foundation @ wood entries 5 days Fri 12/4/26 63 In Snow melt system 10 days Fri 12/4/26 64 in Exterior wood framed entries 10 days Fri 12/11/26 Task Project Summary f"— -1 Manual Task .1111•• Start-only C Deadkne • Project:WC Motor Pool-St31et sot Inactive Task Duration-only llii.in Finish-only ] Progress Date Thu 1/29/26 Milestone • Inactive Milestone Manual Summary Rolup External Tasks - Manual Progress Summary Inactive Summary 1 Manual Summary I I External Milestone v Page 2 ID aTask Task Name Duration Start Half 1.2026 Half 2.2026 -_. !Will. Mode 7 F M A M 1 I N. A 5 0._ s _ 2 ,_..P 1 M _1.. A 1..-M, l r 65 Concrete apron 10 days Fri 12/18/26 66 Install elevator 15 days Wed 12/30/26 i 67 r MEP rough 25 days Wed 12/30/26 68 r Floor&wall the 10 days Wed 2/3/27 69 r Drywall 10 days Wed 2/3/27 El 70 r Finishes 91 Interior 1st&2nd firs 15 days Wed 2/3/27 71 r Storage shelving 5 days Wed 2/17/27 72 r Doors&hardware 3 days Wed 2/24/27 73 We Specialties 3 days Wed 2/24/27 74 r Casework 5 days Wed 2/24/27 75 r MEP trim 7days Wed2/24/27 76 r Install paint booth 10 days Wed 2/17/27 77 r Install vehicle equipment 10 days Wed 2/17/27 78 r Epoxy flooring&striping 3 days Fri 3/5/27 79 We Punch list 3 days Wed 3/10/27 80 r Phase g4 49 days Mon 3/15/27 81 r Site Bearing&demo 10 days Mon 3/15/27 82 We Survey/layout 2 days Mon 3/29/27 83 r Site concrete N parking lot 5 days Wed 3/31/27 84 r Flagpoles 2 days Wed 3/31/27 85 r Replace 12'of base 91 N parking lot 3 days Wed 4/7/27 86 r Asphalt paving®N parking lot 3 days Mon 4/12/27 87 Survey/layout 2 days Thu 4/15/27 88 .r. Site lighting 5 days Mon 4/19/27 89 r Foundations for covered parking 3 days Mon 4/19/27 90 r Erect covered parking&tire storage 3 days Thu 4/22/27 91 r Site concrete S parking lot 5 days Tue 4/27/27 97 r Replace 12"of base @ S parking lot 3 days Tue 5/4/27 93 We Asphalt paving 9 S parking lot 3 days Fri 5/7/27 94 r Chainlink fence 91 tire storage 5 days Wed 5/12/27 95 ► Striping&signage 3 days Wed 5/12/27 96 r Landscape repair 5 days Wed 5/12/27 Task Protect Summary r.'"._--- , Manual Task I I Stan-only [ Deadline 4 Project:WC Motor Pool-SthedI S1sa _, Inastme rant Duration-only Finish-on* 3 ',ogress Date Thu 1/29/26 I Milestone ♦ logo.Milestone Manual Summary Rollap External Tasks Manual Progress i 1 Summary 1-----1 Inagua Summary Manual Summary 1.—''''''''''''''''1 External Milestone Page 3 ID Task Task Name .Duration 'Start 26 We2.2026 Half e W 1, Mode 1 F M AMI I A S 0 : PiD 1 F M A M I 97 yr Demobllzatlon 2 days Wed 5/19/27 r Task Protect Summary I Manual Task Stan-only C Deadline 4 Project:WC Motor Pool-Sched sot .. . Inarive Task Duration-only MINEMSNO Finish-only ] Progress Date Thu 1/29/26 women* • Inactive Milestone Manual Summary Rolup Immimmm External Tasks Manual Progress Summary I-1 Inxtve Summary Manual Summary I I External Milestone Page 4 DATE(MM/DD/YYYY) ACO o® CERTIFICATE OF LIABILITY INSURANCE 2/25/2026 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 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 CON MCA- Renee McReynolds NAME: Ewing—Leavitt Insurance Agency, Inc. HON o.EI (970)679-7346 FAXIA/ NO): (866)425-6160 5689 McWhinney Blvd. ADDRESS: ranee—mcReynolds@leavitt.corn INSURER(S)AFFORDING COVERAGE NAIC X Loveland CO 80538 INSURERA:Charter Oak Fire Insurance Company 25615 INSURED INSURERB:St Paul Protective Insurance Company 02016 TCC Corporation INsuRERc:Travelers Property & Cas Ins Company 36161 6820 Powell St INSURER D:Pinnacol Assurance 41190 INSURER E:Zurich Insurance Group R50457 Loveland CO 80534 INSURERF: COVERAGES CERTIFICATE NUMBER:25-26 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVO POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYYI X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE A CLAIMS-MADE X OCCUR PREMSESO(EaENTED occurrence) $ 500,000 _X Blkt Addl Insureds X Y B2573833 5/1/2025 5/1/2026 MED EXP(Any one person) $ 10,000 X Blkt Waiver Subrogation PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X E° LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: Employee Benefits $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) B X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED 'SCHEDULED X y B255992A 5/1/2025 5/1/2026 BODILY INJURY(Per accident) $ AUTOS _ AUTOS PROPERTY DAMAGE $ X HIRED AUTOS X NON-OWNED AUTOS (Per accident) X Blkt WOS X Blkt Add!Insureds Underinsured motorist combined sir $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 3,000,000 C EXCESS LIAR CLAIMS-MADE AGGREGATE $ 3,000,000 DED X RETENTION$ 10,000 X Y B2607496 5/1/2025 5/1/2026 $ WORKERS COMPENSATION incl. Blkt Waiver Subrogation X PER OTH- AND EMPLOYERS'LIABILITY Y N STATUTE ER _ ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ 500,000 OFFICER/MEMBER EXCLUDED? N --- D (Mandatory in NH) y 4021079 7/1/2025 7/1/2026 E.L.DISEASE-EA EMPLOYEE $ 500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 E Builders' Risk Coverage BR73861347 5/1/2021 continuous S3,000,000 any one structure $1000 deductible A Contractors' Equipment B2573833 5/1/2025 5/1/2026 LEASED/RENTED EQUIPMENT $250,000 LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if mom space is required) re: Weld County Fleet Services Renovations and Additions Weld County, its elected officials, trustees, employees, agents and volunteers are named additional insureds. Waiver of subrogation is provided in favor of the additional insureds. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN 1150 0 Street ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE R McReynolds/RESTEI eel'h°i .tlltoFddJ I ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) Contract Form Entity Information Entity Name* Entity ID* New Entity? Please use the job TCC CORPORATION SUP-34361 aid linked here to add a Q supplier in Workday. Contract Name* Contract ID Parent Contract ID MOTOR POOL RENOVATION AND EXPANSION 10415 Requires Board Approval Contract Status Contract Lead* YES CTB REVIEW CNAIBAUER Department Project# Contract Lead Email cnaibauer@weld.gov Contract Description* PROVIDE CONSTRUCTION SERVICES TO RENOVATE AND EXPAND THE MOTOR POOL BUILDING. Contract Description 2 Contract Type* Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 03/05/2026 GROUNDS 03/09/2026 Amount* $19,996,954.00 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO v Does Contract require Purchasing Dept. to be included?* Automatic Renewal Department Head Email YES Grant CM-BuildingGrounds- DeptHead@weld.gov Bid/RFP#* IGA B2500154 County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Review Date* Renewal Date 02/01 /2027 Termination Notice Period Expiration Date* Committed Delivery Date 02/01 /2027 Contact Information Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 03/06/2026 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHRIS D'OVIDIO BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 03/04/2026 03/06/2026 03/06/2026 Final Approval BOCC Approved Doc ID# AG 031126 BOCC Signed Date Originator BOCC Agenda Date CNAIBAUER 03/11 /2026 Facilities Department (970) 400-2023 1 105 H St., P.O. Box 758 COUNTY, CO Greeley, CO 80632 February 4, 2026 To: Board of County Commissioners From: Patrick O'Neill Subject: Weld County Motor Pool Complex Renovation and Addition - RFP (B2500154) This solicitation is for the Weld County Motor Pool Complex Renovation and Addition Request for Proposal (RFP). The RFP consisted of two rounds of grading criteria the first round was based off all proposals submitted and were graded by an evaluation committee per the published RFP which included: Scope of Proposal, Critical Issues, Project Control, Work Location / Familiarity, & Cost and Schedule. The committee received five (5) proposals for the Weld County Motor Pool Complex Renovation and Addition. The committee evaluated the proposals based on Best Value for the County and decided interviews were not needed to determine Best Value. The results of the Committee Evaluation (shown in Attachment A) show TCC Corporation as the overall best value for this solicitation. Therefore, the Facilities Department is recommending the award to TCC Corporation in the amount of $19,996,954.00. If you have any questions, please contact me on extension 2023. Sincerely, Patrick O'Neill Facilities Director 2026-0379 Z /ZS BC/UOZ 6 Facilities Department (970) 400-2023 _WEER 1 105 H St., P.O. Box 758 COUNTY, CO Greeley, CO 80632 Summary of Committee Member Scoring Consultant Name Total Adjusted Score Total Adjusted Score Total Score Fee Ranking (RFQ-RFP) (Interview) Buildings by Design 204.50 0.00 204.50 $21,359,741.00 3 Martin-Harris 204.00 0.00 204.00 $21,691,747.00 4 Roche Constructors 187.00 0.00 187.00 $22,701,700.00 5 Sampson Construction 227.00 0.00 227.00 $21,200,000.00 2 Weld County Finance Department PurchasingDivision ET=� bids(c�weld.gov V COUNTY 1301 North 17thAvenue Greeley, Colorado 80631 Bid Opening Tabulation Title: Weld County Motor Pool Complex — Renovation & Addition Bid Number: B2500154 Department: Facilities Bid Opening Date: January 30, 2026 Approval Date: February 25, 2026 Vendor(s) Name TCC Corporation 6820 Powell Street Loveland, CO 80538 Roche Constructors, Inc. 361 71st Avenue Greeley, CO 80631 Buildings By Design 515 Industrial Park Road Brush, CO 80723 Sampson Construction Co., Inc. 4508 Endeavor Drive, Suite 100 Johnstown, CO 80534 Martin-Harris Construction 1819 Denver West Dr., Ste 225 Lakewood, CO 80401 The Facilities Department is reviewing the proposals.
Hello