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
20233130.tiff
Con -1 -v ac+189Z1 November 25, 2024 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Patrick O'Neill Subject: Briggsdale grader shed fuel island changes — (82300177) Construction services for the Briggsdale Grader Shed was awarded to TCC. During the construction of the project, it was realized that the design and placement of the fuel island was not going to work for refueling equipment as shown on the plans in the location shown. The fuel island was redesigned and relocated to a different portion of the site. The resulting change to the location caused additional costs to the project for the relocation. TCC has provided a change order for $64,005.76 for the additional work. The Facilities Department is recommending the approval of the change order to TCC in the amount of $64,005.76. If you have any questions, please contact me at extension 2023. Sincerely, Patrick O'Neill Director 12/9 2023-313a BC-,062�- BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Briggsdale Grader Shed Fuel Island change order. DEPARTMENT: Facilities DATE: November 25, 2024 PERSON REQUESTING: Patrick O'Neill Brief description of the problem/issue: After construction started, it was realized that the fuel island placement would not work as drawn. A redesign was done that moved the fuel island to another part of the site. This change order is for the relocation of the fuel island. What options exist for the Board? 1. Approve the change order. 2. Deny the change order. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $ 64,005.76 Recommendation: Facilities recommends placing this change order on an upcoming BOCC agenda for approval. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro -Tern Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Saine l Change Order #2 to Service Agreement Between Weld County and TCC Corporation CC Date: November 25, 2024 Original Agreement: 2023-3130 County Department: Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 1,745,056.00 Original Contract Amount $ 24,594.07 Previously Approved Change order(s) Amount $ 64,005.76 Current Change Order Amount, $ 1,833,655.83 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: Brian Crownover Title: Vice President ATTEST: Weld ounty BY: Deputy Clerk to he Bo . Ross, Chair Date 12/4/24 J+�l d,/ ;(i BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO DEC 0 9 2024 Page 1of1 2(Z3 -313O Paint Bollards General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 3 TITLE: Fuel Island Changes PROJECT: WC Briggsdale Sand & Grader Sh TO: Alex Englebert Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 11/19/2024 2337 Change Order for updated and relocated fuel island. Excludes supply and installation of fuel tank. Description I Amount 1 Added (12) bollards (schedule 40 pipe), fuel island thickened edge, rebar, and remobilization. See attached quote. $23,295.00 Added electrical to new fuel island location including light pole relocation. Original bid drawings did not $28,942.81 have full details for wiring requirements or added breakers required for the fuel tank. See attached quote. $1,200.00 $3,070.00 $159.25 $275.22 $1,412.70 $5,650.78 Total $64,005.76 APPROVAL: By: By: Alex Englebert Date: Date: Brian Crownover South Paw Electric Corp. 4433 E. County Line Rd. Erie, CO. 80516 Phone (303) 419-3710 Fax (720) 890-2906 Rob@southpawelectric.com 11/6/2024 TCC Corporation INC 6820 Powell Street Loveland, CO 80538 Brian Crownover RE: Weld County Briggsdale Grader Shed Change Order Proposal 003 Southpaw Electric Corp. proposes to furnish all labor and materials necessary to complete the Electrical installations for the proposed project located at 43950 Hwy 392 Briggsdale, CO. The scope of this work includes installing all conduit, wire, fittings, and devices, unless noted otherwise, as is necessary to complete the electrical installation per the bid set dated, 5/31/23, including questions and answers 1 and 2. The scope of this work includes: Change Orders: • As directed by Loyal, we ran a 2" conduit from the IT room out to near the electrical service on the outside of the building (it was previously going to be added to the previous fuel island location) Per the Fuel pump drawings dated 11-01-24 • Provide and install (2) 1" conduits from a 12x12 junction box on the 2" conduit to the new fuel island location o Provide rigid conduit and seal offs above ground Provide and install (1) 6 pole electrically held contactor to shut down all power at the fuel island Install the EPO switch from the base building, onto the pole as shown in the new drawings Provide and install (1) 1" conduit from panel LP1 to the Contactor CPI with the circuitry as shown Provide and install'/ conduit and wire from the contactor COI to the fuel island junction boxes o Provide and install seal offs above ground • Provide and install (1) 2pole 20 amp Breaker for the fuel pump • Install the pole light CC1 from the base building project onto the concrete pole -base by others • Trench and backfill from building to the contactor CPI, from CPI to the pole light and to the fuel island • Trench and backfill from the 12x12 box for data to the fuel island • After all wire is in place, including data, pack the seal offs full of fiber and install the Chico compound to fully seal the conduits to block passage of combustible vapors • Any changes or additions not included in this proposal and/or plans, will be priced accordingly. All change orders must be documented and signed by all parties prior to work being started on any change orders. Tax Exempt project, please provide the necessary Tax certificate Weld County Electrical permit fee should be waived • This proposal DOES NOT include (unless noted otherwise in this proposal): o Anything to do with Audio System or Speakers. o Anything to do with Security System or Devices, except back boxes and raceway. 1iI,: o Control wiring or connections to any Mechanical Equipment. o Concrete Sawing/Coring, Removal, Excavation or Patching. o Utility Fees. o Appliance Pigtails. o Anything to do with Data and Television other than the conduit above ceiling and boxes. o Anything related to the installation of Concrete. o Roof Penetrations or Roof Jacks. o Access Panels/Doors. o Exhaust Fans or Ducting. o Fire Tenting. o Any Installations Not Specifically Stated Within This Proposal. Installation of the conduit, wire and components for the Fuel Island, for the sum of...$19,356.31 Trench and backfill to the pit, for the sum of...$9,586.50 Like most trades, we are facing shortages of available materials that could be problematic, and escalation of material costs. We reserve the right to request compensation of unexpected increases in material costs This proposal is based on normal working hours of (7:00AM — 3:30PM) Monday through Friday all overtime and afterhours work will be completed at a premium charge. This proposal does not include sawing, coring, removal, or replacement of concrete floor. This proposal does not include anything to do with control wiring for any Mechanical or Kitchen Equipment. This proposal does not include any utility fees, sheetrock patching, roof patching, or other repair work. This proposal includes all labor, materials, as built drawings, and all other applicable fees. This proposal presented by: (Robert Rankin Estimator/Project Manager, Southpaw Electric Corp.) This proposal accepted by: This proposal is based on the construction documents provided. All work to be installed in a neat and workman like manner. All installations to meet current NEC standards. Payment required 30% initial to startup, remainder billed every 30 days based on percentage complete. All invoices due in 30 days. Additional work will be completed and billed as a change order agreement between the authorized parties. This proposal includes all permit fees, sales tax, and all other applicable fees. If payment is not made when due, the unpaid balance owing shall draw an interest of 18 percent per annum. If payments are not timely made, owner/contractor agrees to pay South Paw Electric Corporation's attorney fees and cost of suit, incurred in collecting the amounts owing. This agreement shall be constructed in accordance with Colorado State Laws Southpaw Electric will provide a 1 -year parts and labor warranty from the date of substantial completion. This proposal is valid for (30) days. Date: 11/19/2024 TCE 541 East Garden Drive Windsor, Colorado, 80550 Change Order Submitted To Site Description Brian Crownover TCC Corp 6820 Powell St Loveland, CO 80538 Briggsdale Fuel Island Briggsdale, CO - This Change Order is valid for the scope of work and description provided on this pricing and does not include any additional work. CHANGE ORDER ITEMS Total Estimate 01 - New Fuel Island Full Scope 25,555.00 02 - Credit for Original Fuel Island -7,260.00 03 - Remobilization - Equipment & Labor 5,000.00 Totals $23,295.00 FUEL ISLAND CHANGES INCLUSIONS: - Earthwork - Trench thickened edge perimeter - Drill (12) additional 18"0 x 4' Bollard Bases - Backup grading against new fuel island thickened edge face - Concrete - Form a thickened edge perimeter with rebar reinforcement (74 LF) - (12) Bollard Bases at 18"0 x 4' deep bollard bases with 6"0 x 7'6" Steel Bollard Pipe (Primed Pipe) - (4) Additional Primed Bollard Pipes **UNPRIMED BOLLARDS WILL BE A SAVINGS OF $1,040.00** **Excludes painting of bollards** CREDIT: - Credit for original fuel island pricing EXCLUSIONS: - Over -excavations - Underslab aggregates - Anchor bolts & base plates - Trenching for electrical/ fuel lines - Painting of bollard pipe TCE Construction Page Number: 1 Date: 11/19/2024 TCE 541 East Garden Drive Windsor, Colorado, 80550 Payments PAYMENT TERMS 0 Down, Balance Net 30 This Change Order may be withdrawn at our option if not accepted prior to starting change order work. Acceptance of Change Order: The above prices, payment terms, and scope are satisfactory and hereby accepted. TCE is authorized to proceed with outlined change order work. Accepted Authorized Signature Please Initial To Acknowledge Receipt and Approval of ALL Pages: WWW.TCECONSTRUCTION.COM TCE Construction Page Number: 2 Contract For Entity Information Entity Name* TCC CORPORATION Entity ID* @00034361 Q New Entity? Contract Name* Contract ID BRIGGSDALE GRADER SHED CHANGE ORDER #2 8927 Contract Status CTB REVIEW Contract Description* RELOCATE FUEL ISLAND TO NEW PORTION OF THE SITE. Contract Description 2 Contract Lead CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Type* Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 12/07/2024 GROUNDS 12/11/2024 Amount* $64,005.76 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weld.go NO Does Contract require Purchasing Dept. to be included? Automatic Renewal Department Head Email YES CM-BuildingGrounds- Grant DeptHead@weld.gov Bid/RFP #* B2300177 County Attorney IGA 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 Termination Notice Period Contact Information Contact Info Review Date * 06/02/2025 Committed Delivery Date Renewal Date Expiration Date* 06/02/2025 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 12/05/2024 Approval Process Department Head PATRICK O'NEILL DH Approved Date 12/04/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 12/09/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 12/04/2024 12/05/2024 Tyler Ref* AG 120924 Originator CNAIBAUER Conrva e+ t1 1 to BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Briggsdale grader and sand shed project. DEPARTMENT: Facilities PERSON REQUESTING: Chris Coulter DATE: March 29, 2024 Brief description of the problem/issue: During construction, deficiencies in the plans were discovered. These deficiencies are a result of the building structural reactions differing from the foundation designed reactions as well as needing to increase the thickness of the floor. This change order addresses these deficiencies. What options exist for the Board? 1. Approve the change order. 2. Deny change order. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $ 24,594.07 Recommendation: The Facilities Department recommends placing this change order on an upcoming agenda for approval. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman YNYF Scott K. James Kevin D. Ross , Chair Lori Seine Via ermuil ConW+- dam. 5/1/24 OA/6,----LP&) 5///o2, 2023- 3 t 3O 3C oon Karla Ford From: Sent: To: Subject: yes Lori Saine Weld County Commissioner, District 3 1150 O Street PO Box 758 Greeley CO 80632 Phone: 970-400-4205 Fax: 970-336-7233 Email: Isaine@weldeov.com Website: www.co.weld.co.us In God We Trust Lori Seine Tuesday, April 23, 2024 11:09 AM Karla Ford RE: Please Reply - Briggsdale grader shed change order pass around Confidentiality Notice: This electronic transmission and any attached documents or other writings are intended only for the person or entity to which it is addressed and may contain information that is privileged, confidential or otherwise protected from disclosure. If you have received this communication in error, please immediately notify sender by return e-mail and destroy the communication. Any disclosure, copying, distribution or the taking of any action concerning the contents of this communication or any attachments by anyone other than the named recipient is strictly prohibited. From: Karla Ford <kford@weld.gov> Sent: Tuesday, April 23, 2O24 10:36 AM To: Lori Saine <Isaine@weld.gov> Subject: Please Reply - Briggsdale grader shed change order pass around Importance: High Please advise if you support recommendation and to have department place on the agenda. Karla Ford Office Manager, Board of Weld County Commissioners 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 March 22, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Chris Coulter Subject: Briggsdale Sand and Grader Shed - Change Order #1 (2023-3130) During construction, the simple support structural reactions for the building were determined to be different from the original design assumption. The resulting foundation changes added wall height, foundation size changes and structural steel reinforcement. The structural floor depth needed to be increased from 6" to 8". These changes also added cost to the project general conditions, insurances, bonds and fees. A change order resulting in $24,594.07 with the following cost breakdown is requested. 6,935.00 Wall height and rebar changes 4,825.00 Foundation and footer size changes 7,915.00 Floor thickness changes 1,828.00 General Conditions 61.19 General Liability Insurance 105.75 Builders Risk Insurance 542.83 Bond 2381.30 Contractors Fee 24,594.07 Total The Facilities Department recommends approval of the change order. If you have any questions, please contact me at extension 2023. Sincerely, Chris Coulter Director CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND TCC CORPORATION Date: March 29, 2024 Original Agreement: Weld County document no. 2023-3130 County Department: FACILITIES The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 1,745,056.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 24,594.07 Current Change Order Amount $ 1,769,650.07 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: ,L Name: Brian Crownover Title: Vice Pe sdent ATTEST: 1...4a6kriiO;� Weld u ty Clerk to the B BY: Deputy CI,: k to , e •:1'' Date 4/23/24 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Perry L. Bu elof1 Chair Pro-Tem MAY 0 1 2024 TCC Corporation 609 Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 1 TITLE: Grader and Sand Shed Structrual Changes PROJECT: WC Briggsdale Sand & Grader Sh TO: Alex Englebert Weld County Government 1150 O Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: 02/29/2024 JOB: 2337 CONTRACT NO: Change Order for the structural changes per the updated structural drawings dated 02-08-24. Description I Amount Sand Shed foundation wall height change. Original plans required T-6" walls. New plan requires 6'-3" walls. New plan also requires additonal #6 rebar spaced at 6" O.C. See decription is CO backup for addititional information. Sand Shed slab increased from 6" to 8" thick. Grader Shed foundation changes including footer size change and rebar changes. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $6,935.00 $7,915.00 $4,825.00 $1,828.00 $61.19 $105.75 $542.83 $2,381.30 Total $24,594.07 APPROVAL: By: By: Alex Englebert Date: Date: Brian Crownover TCE 541 East Garden Drive Windsor, Colorado, 80550 Date: 02/22/2024 Change Order Submitted To Brian Crownover TCC Corp 609 Gyrfalcon, Unit D LWindsor, CO 80550 Site Description Change Order (Revised Structurals) Briggsdale Grade & Sand Shed Briggsdale, CO -This Change Order is valid for the scope of work and description provided on this change order pricing and does not include any additional work. CHANGE ORDER ITEMS 001 - Sand Shed Foundation Wall Height Change 02 - Sand Shed Slab Thickness Increase 03 - Grader Shed Foundation Pad Changes Totals Total Estimate 6,935.00 7,915.00 4,825.00 $20,485.00 INCLUSIONS SAND SHED FOUNDATION WALL HEIGHT CHANGE: - Additional Forming Labor to set a 6'3" Tall Wall. This is more labor intensive verse setting a 7'6" Wall. There is additional labor and material required to stack 3' tall forms and top with lumber verse setting 8' tall and finishing down in the walls. - Additional Vertical Dowels for 8" OC #6 Rebar vs the quoted 16" OC Vertical Rebar **A credit of 9.5 CY was deducted from this Change Order item for the wall height decrease** SAND SHED SLAB THICKNESS: - Slab thickness increased from 6" to 8" Thick and added 31 CY of concrete. - Additional concrete pumping costs for increase concrete volume GRADER SHED FOUNDATION PAD CHANGES: - Additional 7 CY of concrete due to the increase in pad sizes - Additional rebar and labor costs for additional top mat of rebar in the pads TCE Construction Page Number: 1 Date: 02/22/2024 TCE 541 East Garden Drive Windsor, Colorado, 80550 This Change Order may be withdrawn at our option if not accepted prior to starting change order work. Acceptance of Change Order: The above prices, payment terms, and scope are satisfactory and hereby accepted. TCE is authorized to proceed with outlined change order work. Accepted Authorized Signature Please Initial To Acknowledge Receipt and Approval of ALL Pages: WWW.TCECONSTRUCTION.COM TCE Construction Page Number: 2 Contract Form Entity Information Entity Name" TCC CORPORATION Entity ID* @00034361 Q New Entity? Contract Name* Contract ID BRIGGSDALE SAND SALT AND GRADER SHED CHANGE 8076 ORDER #1 (2023-3130) Contract Status CTB REVIEW Contract Lead CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* COST CHANGES REQUIRED FOR FOUNDATION AND STRUCTURAL FLOOR CHANGES. BID #B2300177 Contract Description 2 Contract Type* CHANGE ORDER Amount* $24,594.07 Renewable* NO Automatic Renewal Grant IGA Department BUILDINGS AND GROUNDS Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Requested BOCC Agenda Due Date Date* 05/04/2024 05/08/2024 Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? 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 Termination Notice Period Contact Information Contact Info Review Date * 08/20/2024 Committed Delivery Date Renewal Date Expiration Date* 08/20/2024 Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date Approval Process Department Head CURTIS NAIBAUER DH Approved Date 04/24/2024 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 05/01/2024 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 04/25/2024 04/29/2024 Tyler Ref # AG 050124 Originator CNAIBAUER ConhvaC+-Ia-Toi'q AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & TCC CORPORATION BRIGGSDALE SAND & GRADER SHED PROJECT THIS AGREEMENT is made and entered into thisle4ay of AJ6VC/t')L16 , 2023, 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 based upon order of attachment. Exhibit A consists of County's Request for Bid (RFR) as set forth in Bid Package No. B2300177. 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 limbs prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. Comn+ Pi.otr40,- /Z2/z3 6e,) 8/0z.Pp& 2623-3130 ECiUOZ5 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 Facilities Department 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 immediately 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 Modification. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. 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 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 51,745,056.00, 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. tf, 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 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. 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 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. a. Types of Insurance: Workers' Compensation/Employer's Liability Insurance as required by state statute, 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. Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. Such policy shall include minimum limits as follows: $1,000,000 each occurrence; $2,000,000 general aggregate; $2,000,000 products and completed operations aggregate; $1,000,000 Personal Advertising injury; $50,000 any one fire; and $5,000 Medical payment per person. Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Automobile Liability: Contractor shall maintain limits of $1,000,000 for bodily injury per person; $1,000,000 for bodily injury for each accident; and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability): Contractor shall maintain limits of $1,000,000 Per Loss and $2,000,000 Annual Aggregate for both the Contractor and subcontractors where: (1) the Work includes Construction Surveying and/or Survey Monumentation and/or (2) plans, specifications, and submittals are required to be signed and sealed by the Contractor's or subcontractor's Professional Engineer including but not limited to (a) Shop drawings and working drawings as defined in subsection 105.25 of the Specifications, (b) Mix designs, (c) Contractor performed design work as required by the plans and Specifications, (d) Change Orders, or (e) Approved Value Engineering Proposals. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contractor shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. 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. 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. Minimum Limits: Per Loss $ 1,000,000 Aggregate $ 1,000,000 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. I) 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. 2) 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. 3) 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. 4) 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. Flood damage coverage is not required for work within the floodway or 100 year floodplain. Regardless, Contractor shall bear all risk associated with any and all loss resulting from flood events during construction. 5) The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. County 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. 6) 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). 7) The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. 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. b. Proof of Insurance: Contractor shall provide to County a certificate of insurance, a policy, or other proof of insurance as determined in County's sole discretion. Contractor shall provide a certificate of insurance naming Weld County, Colorado, its elected officials, and its employees as an additional named insured. c. Subcontractor Insurance: Contractor hereby warrants that all subcontractors providing services under this Agreement have or will have the above described insurance prior to the commencement of the Work. or otherwise that they are covered by the Contractor's policies to the minimum limits as required herein. Contractor agrees to provide proof of insurance for all such subcontractors upon request by the County. d. No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the 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. e. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. The Contractor shall be responsible for the professional quality, technical accuracy, and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contractor and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 14. Indemnity. The Contractor shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against any and all injury, loss, damage, liability, suits, actions, claims, or willful acts or omissions of any type or character arising out of the Work done in fulfillment of the terms of this Agreement 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, judicial decision, or other law or court decree. The Contractor shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement. 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 its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 15. 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. 16. 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. 17. 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. IS. 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. Ali 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: Ernie C'rownover Position: Address: 609 Gyrfalcon Court, Unit D Address: Windsor, CO 80550 E-mail ecrownover@teceorp,net Phone: 970-460-0583 County: Name: Toby Taylor Position: Facilities Director Address: 1 105 1-f Street Address: Greeley, CO. 80632 E-mail: ttaylorhtsxeldgov.com Phone: 970-400-2021 19. Compliance with Lars•. 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. 20. 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. 21. 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. 22. 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. 23. 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. 24. 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. 25. 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. 26. Governmental Immunity. 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 §§24- 1 0- 1 01 et seq., as applicable now or hereafter amended. 27. 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 bean incidental beneficiary only. 28. 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. 29. 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. 30. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an illegal alien who will perform work under this Agreement. Contractor will confirm the employment eligibility of all employees who are newly hired for employment in the United States to perform work under this Agreement, through participation in the b. -Verify program of the State of Colorado program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract with art illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work tinder this .Agreement. Contractor shall not use F -Verity Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. IlContractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor strati notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring a new employee to perform work under the contract, affirm that Contractor has examined the legal work status of such employee, retained file copies of the documents, and not altered or falsified the identification documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has examined the legal work status of such employee and shall comply with all the other requirements of the State of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-101 et seq.. County, may terminate this Agreement for breach, and if so terminated, Contractor shall he liable for actual and consequential damages. Except where exempted by federal lave and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101. et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-I03 prior to the effective date of the contract. 31. 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), this section shall not apply if the Work is funded wholly or in part with federal funds.] 32. 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. 33. 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. 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 Co ration By: Name: e3 EA O1.OWao Q. Title: Vice Pus/JEwf WELD COUNTY: ATTEST: WAct-ifou LC;vk. tt103 Date of Signature BOARD OF COUNTY COMMISSIONERS Weld you ty Clerk to the B and WELD COUNTY, COLORADO BY Deputy Clerk t Mike Freeman, Chair 02422,3-3/3o Exhibit A REQUEST FOR BID WELD COUNTY, COLORADO 1301 N. 17TH AVENUE GREELEY, CO 80631 DATE: AUGUST 28, 2023 BID NUMBER: B2300177 DESCRIPTION: BRIGGSDALE SAND & GRADER SHED DEPARTMENT: FACILITIES MANDATORY PRE -BID: SEPTEMBER 13, 2023 BID OPENING DATE: SEPTEMBER 27, 2023 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County. Colorado, by and through its Controller (collectively referred to herein as, "Weld County"), wishes to purchase the following: BRIGGSDALE SAND & GRADER SHED A mandatory pre -bid conference will be held on September 13, 2023 at 1:00 PM at Weld County Briggsdale Grader Shed located at 43950 CO Highway 392, Briggsdale, CO 80611. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: September 27, 2023 at 10:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on September 27, 2023 at 10:30 AM. 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. Phone number: 720-439-5261 Phone Conference ID: 453 718 375# PAGES 1 - 8 OF THIS REQUEST FOR BIDS CONTAINS GENERAL INFORMATION FOR THE REQUEST NUMBER REFERRED TO ABOVE. NOT ALL OF THE INFORMATION CONTAINED IN PAGES 1 - 8 MAY BE APPLICABLE FOR EVERY PURCHASE. BID SPECIFICS FOLLOW PAGE 8. 1. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/. Weld County Government is a member of BidNet Direct which is an online notification system being utilized by multiple non-profit and governmental entities. Participating entities post their bids. quotes, proposals. addendums, and awards on this one centralized system. Did Delivery to Weld County: A. Emailed bids are required. PREFERRED: email bids to bids(c weldgov.com; however, if your bids exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. B. PDF format is required. Emailed bids must include the following statement on the email: "I hereby waive my right to a sealed bid". An email confirmation will be sent when your bid is received. Please call Purchasing at 970-400-4222 or 4223 with any questions. 3. INSTRUCTIONS TO BIDDERS: INTRODUCTORY INFORMATION: Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president. secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Controller, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Bid Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid must be filled out completely, in detail, and signed by the Bidder. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Controller for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Controller; said request being received from the withdrawing bidder prior to the time fixed for award. Negligence on the part of a bidder in preparing the bid confers no right for the withdrawal of the bid after it has been awarded. Bidders are expected to examine the conditions, specifications, and all instructions contained herein, failure to do so will be at the bidders' risk. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also 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 bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County). Weld County reserves the right to reject any and all bids, to waive any informality in the bids, to award the bid to multiple vendors, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), the successful bidder's response, and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. The County may require a separate contract, which if required, has been made a part of this RFB. 4. GENERAL PROVISIONS: A. Fund Availability: Financial obligations of Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. BID REQUEST #B2300177 Page 2 B. Trade Secrets and other Confidential Information: Weld County discourages bidders from submitting confidential information, including trade secrets, that cannot be disclosed to the public. If necessary, confidential information of the bidder shall be transmitted separately from the main bid submittal, clearly denoting in red on the information at the top the word, "CONFIDENTIAL." However. the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., the Colorado Open Records Act (CORA), with regard to public records, and cannot guarantee the confidentiality of all documents. The bidder is responsible for ensuring that all information contained within the confidential portion of the submittal is exempt from disclosure pursuant to C.R.S. 24-72-204(3)(a)(IV) (Trade secrets, privileged information, and confidential commercial, financial, geological, or geophysical data). If Weld County receives a CORA request for bid information marked "CONFIDENTIAL", staff will review the confidential materials to determine whether any of them may be withheld from disclosure pursuant to CORA, and disclose those portions staff determines are not protected from disclosure. Weld County staff will not be responsible for redacting or identifying Confidential information which is included within the body of the bid and not separately identified. Any document which is incorporated as an exhibit into any contract executed by the County shall be a public document regardless of whether it is marked as confidential. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. Neither the successful bidder nor any agent or employee thereof shall be deemed to be an agent or employee of Weld County. The successful bidder and its employees and agents are not entitled to unemployment insurance or workers' compensation benefits through Weld County and Weld County shall not pay for or otherwise provide such coverage for the successful bidder or any of its agents or employees. Unemployment insurance benefits will be available to the successful bidder and its employees and agents only if such coverage is made available by the successful bidder or a third party. The successful bidder shall pay when due all applicable employment taxes and income taxes and local head taxes (if applicable) incurred pursuant to the contract. The successful bidder shall not have authorization, express or implied, to bind Weld County to any agreement, liability or understanding, except as expressly set forth in the contract. The successful bidder shall have the following responsibilities with regard to workers' compensation and unemployment compensation insurance matters: (a) provide and keep in force workers' compensation and unemployment compensation insurance in the amounts required by law, and (b) provide proof thereof when requested to do so by Weld County. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and state laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third -Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under the contract shall be an incidental beneficiary only. H. Attorney's Fees/Legal Costs: In the event of a dispute between Weld County and the successful bidder, concerning the contract, the parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees and/or legal costs incurred by or on behalf of the successful bidder. BID REQUEST #B2300177 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business e nterprises will be afforded full opportunity to submit bids in response to ail invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. Procurement and Performance: The successful bidder agrees to procure the materials, equipment and/or products necessary for the project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the project. The successful bidder shall further be responsible for the timely completion, and acknowledges that a failure to comply with the standards and requirements outlined in the Bid within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. K. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder's completion of the responsibilities described in the Bid. L. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. M. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by the successful bidder shall be the basis for additional compensation unless and until the successful bidder has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been u njustly 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. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall n ot enter into any subcontractor agreements for the completion of this Project without County's prior written consent. which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor, as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the o bligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents, employees and subcontractors. O. Warranty: The successful bidder warrants that services performed under this Agreement will be performed in a manner consistent with the standards governing such services and the provisions of this Agreement. The successful bidder further represents and warrants that all services shall be performed by qualified personnel in a professional and workmanlike manner. consistent with industry standards, and that all services will conform to applicable specifications. The bidder warrants that the goods to be supplied shall be merchantable, of good quality, and free from defects, whether patent or latent. The goods shall be sufficient for the purpose intended and conform to the minimum specifications herein. The successful bidder shall warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld BID REQUEST #62300177 Page 4 County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. P. Non -Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by the successful bidder to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of the successful bidder hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. Q. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires. strikes, war. flood, earthquakes or Governmental actions. R. Non -Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. S. Employee Financial Interest/Conflict of Interest -- C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder's services and the successful bidder shall not employ any person having such known interests. During the term of this Agreement, the successful bidder shall not engage in any in any business or personal activities or practices or maintain any relationships which actually conflicts with or in any way appear to conflict with the full performance of its obligations under this Agreement. Failure by the successful bidder to ensure compliance with this provision may result, in County's sole discretion, in immediate termination of this Agreement. No employee of the successful bidder nor any member of the successful bidder's family shall serve on a County Board, committee o r hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any term or condition of this Agreement shall be held to be invalid, illegal, or u nenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. Board of County Commissioners of Weld County Approval: This Agreement shall not be valid u ntil it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. W. Compensation Amount: Upon the successful bidder's successful completion of the service, and County's acceptance of the same, County agrees to pay an amount no greater than the amount of the accepted bid. The successful bidder acknowledges no payment in excess of that amount will be made by County unless a "change order" authorizing such additional payment has been specifically approved by the County's delegated employee, or by formal resolution of the Weld County Board of County Commissioners, as required pursuant to the Weld County Code. BID REQUEST #B2300177 Page 5 X. Taxes: County will not withhold any taxes from monies paid to the successful bidder hereunder and the successful bidder agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Contractor shall not be entitled to bill at overtime and/or double time rates for work done outside of normal business hours unless specifically authorized in writing by County. 6. INSURANCE REQUIREMENTS: Insurance and Indemnification. Contract Professionals must secure, at or before the time of execution of any agreement or commencement of any work, the following insurance covering all operations, goods or services provided pursuant to this request. Contract Professionals shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. The required insurance shall be underwritten by an insurer licensed to do business in Colorado and rated by A.M. Best Company as "A" VIII or better. Each policy shall contain a valid provision or endorsement stating "Should any of the above -described policies by canceled or should any coverage be reduced before the expiration date thereof, the issuing company shall send written notice to the Weld County Controller by certified mail, return receipt requested. Such written notice shall be sent thirty (30) days prior to such cancellation or reduction unless due to non-payment of premiums for which notice shall be sent ten (10) days prior. If any policy is in excess of a deductible or self -insured retention, County must be notified by the Contract Professional. Contract Professional shall be responsible for the payment of any deductible or self - insured retention. County reserves the right to require Contract Professional to provide a bond, at no cost to County, in the amount of the deductible or self -insured retention to guarantee payment of claims. The insurance coverages specified in this Agreement are the minimum requirements, and these requirements do not decrease or limit the liability of Professional. The County in no way warrants that the minimum limits contained herein are sufficient to protect them from liabilities that might arise out of the performance of the work under this Contract by the Contract Professional, its agents, representatives, employees, or subcontractors. The Contract Professional shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contract Professional 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 Contract Professional shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Any modification to these requirements must be made in writing by Weld County. The Contract Professional stipulates that it has met the insurance requirements identified herein. The Contract Professional shall be responsible for the professional quality, technical accuracy. and quantity of all services provided, the timely delivery of said services, and the coordination of all services rendered by the Contract Professional and shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. INDEMNITY: The Contract Professional shall defend, indemnify and hold harmless County, its officers, agents, and employees, from and against injury, loss damage, liability, suits, actions, or willful acts or omissions of Contract Professional, or claims of any type or character arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contract Professional to conform to any statutes, ordinances, regulation, law or court decree. The Contract Professional shall be fully responsible and liable for any and all injuries or damage received or sustained by any person, persons, or property on account of its performance under this Agreement or its failure to comply with the provisions of the Agreement, or on account of or in consequence of neglect of the Contract Professional in its methods or procedures; or in its provisions of the materials required herein, or from any claims or amounts arising or recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. This paragraph shall survive expiration or termination hereof. It is agreed that the Contract Professional 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 Contract Professional agrees to waive all rights of subrogation against the County its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contract Professional BID REQUEST #82300177 Page 6 for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. Types of Insurance: The Contract Professional shall obtain, and maintain at all times during the term of any Agreement, insurance in the following kinds and amounts: Workers' Compensation Insurance as required by state statute, and Employer's Liability Insurance covering all of the Contract Professional's employees acting within the course and scope of their employment. Policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contract Professional or subcontractor is exempt under Colorado Workers' Compensation Act., AND when such Contract Professional or subcontractor executes the appropriate sole proprietor waiver form. Commercial General Liability Insurance shall include bodily injury, property damage, and liability assumed under the contract. $1,000,000 each occurrence; $1,000,000 general aggregate; $1,000,000 Personal Advertising injury Automobile Liability: Contract Professional shall maintain limits of $1,000,000 for bodily injury per person, $1,000,000 for bodily injury for each accident, and $1,000,000 for property damage applicable to all vehicles operating both on County property and elsewhere, for vehicles owned, hired, and non -owned vehicles used in the performance of this Contract. Professional Liability (Errors and Omissions Liability) The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services. In the event that the professional liability insurance required by this Contract is written on a claims -made basis, Contract Professional warrants that any retroactive date under the policy shall precede the effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery period will be exercised for a period of two (2) years beginning at the time work under this Contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 2,000,000 Contract Professionals shall secure and deliver to the County at or before the time of execution of this Agreement, and shall keep in force at all times during the term of the Agreement as the same may be extended as herein provided; a commercial general liability insurance policy, including public liability and property damage, in form and company acceptable to and approved by said Administrator, covering all operations hereunder set forth in the related Bid. Proof of Insurance: County reserves the right to require the Contract Professional to provide a certificate of insurance, a policy, or other proof of insurance as required by the County's Risk Administrator in his sole discretion. Additional Insureds: For general liability, excess/umbrella liability, pollution legal liability, liquor liability, and inland marine, Contract Professional's insurer shall name County as an additional insured. Waiver of Subrogation: For all coverages, Contract Professional's insurer shall waive subrogation rights against County. Subcontractors: All subcontractors, independent Contract Professionals, sub -vendors, suppliers or other entities providing goods or services required by this Agreement shall be subject to all of the requirements herein and shall procure and maintain the same coverages required of Contract Professional. Contract BID REQUEST #B2300177 Page 7 Professional shall include all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities as insureds under its policies or shall ensure that all subcontractors maintain the required coverages. Contract Professional agrees to provide proof of insurance for all such subcontractors, independent Contract Professionals, sub -vendors suppliers or other entities upon request by the County. The terms of this Agreement are contained in the terms recited in this Request for Bid and in the Response to the Bid each of which forms an integral part of this Agreement. Those documents are specifically incorporated herein by this reference. BID REQUEST #B2300177 Page 8 SCOPE OF WORK Weld County Briggsdale Sand / Grader Sheds PROJECT OVERVIEW: This project is a turn -key lump sum project to construct a new sand and grader sheds for Weld County Briggsdale located at 43950 CO -392 Briggsdale, CO. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued. the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. Project documents and specifications have been provided per the following attachment to this bid. PROJECT SCOPE: The scope of this project includes but not limited to demolition of the current Briggsdale sand and grader sheds and construction of the new sand and grader sheds. This project will require a new fuel island located north of the new grader shed. The scope includes all work as outlined in the documents provided and the below line items. This is a turn -key project which the contractor will be responsible for completing all extents of the project as outlined and specified in the project contract documents that have been provided as part of this bid request. These scopes shall be included in the bid price and construction schedule. This also includes all additions, alterations, engineering services, and new work required for a complete and code compliant finished product. It is the contractor's responsibility at the time of bid to ensure all project specifications and requirements have been considered and included in their bid submission. ATTACHMENTS: The attachments listed below will become part of this bid and are available on BidNet. ➢ Attachment A: Weld County Project Documents Attachment B: Construction Document — Building Plans - Phase 1 y Attachment C: Construction Document — Building Plans - Phase 2 Y Attachment D: Construction Document — Specifications PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Contractor will provide all labor, materials and equipment for all work shown and specified in the project plans. All work shall be completed per the documents provided. 2. 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. 3. 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 have to clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 4. Contractor will be responsible to provide any temporary lighting or power that may be needed to complete the scope of work. BID REQUEST #B2300177 Page 9 5. Contractor is responsible for all private and public locates for the entirety of this project. 6. All earthwork and potholing to be included in the bid. 7. Staging areas will be available for the contractors use at the site, however the CDOT building will be open for business during the construction process. Any impacts to CDOTs operations will need to be coordinated 2 weeks prior to disruption. If any construction activities shut down or displace CDOT operations, it will be the contractors cost and responsibility to rectify immediately. 8. Contractor is responsible for maintaining the vehicle tracking pad at the entrance/exit of the site. 9. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. A qualified representative will be allowed to receive deliveries in lieu of a superintendent or project manager if needed during construction off hours if County project manager is properly notified and delivery has been scheduled. 10. Contractor will be responsible for securing the site. Adequate fencing, barriers and other protection for the public shall be installed and maintained throughout construction. Signage shall be displayed showing dangers and directing the public away from construction areas. 11. Contractor will be responsible for all temporary facilities including toilets, trash dumpsters, temporary office space and enclosed storage containers. All temporary facilities shall be located away from existing building and not located in areas that will be used by the public while accessing the existing building. 12. This project will be built in phases to accommodate Weld County Public Works access and storage needs. The contractor will be responsible for providing a schedule that will be reviewed and approved by Weld County Facilities / Public Works prior to the start of construction. 13. Contractor is responsible for developing and maintaining a storm water management plan per the project documents and all local EPA and State of Colorado requirements. Contractor must complete all requirements and submit via CEOS website. Contractor is responsible for and will be the operator for all associated permits and will be responsible for all violations/fines for non-compliance with the regulatory requirements. 14. All foundation/site work and soil compaction will be verified by County's third -party inspector prior to any vertical erection. Any failures will be reimbursed by the General Contractor. 15. Contractor to restore grading after demolition of all existing structures and foundations. Backfill and road base material to be submitted and approved prior to installation. Contractor to include all import material in this bid. 16. Contractor to provide as -built surveying, off -set staking, retention pond volumes for Weld County's review and approval. 17. Contractor to provide all necessary signage to pass final inspections. All signage to be submitted and approved prior to ordering material. PHASING Phasing to be coordinated based on the following. Contractor to provide a CPM schedule for review and approval that represents these activities prior to construction. Phase 1 • Demo existing sand shed. • Regrade at existing sand shed. • Construct new grader shed including fuel island. • Occupy new grader shed. Phase 2 • Demo existing grader shed and leach field. Demo only after new grader shed is occupied. • Regrade at existing grader shed and leach field. • Construct new sand shed. BID REQUEST #B2300177 Page 10 OWNER PROVIDED NOT IN CONTRACT (MC): 1. All bathroom and breakroom soap, paper towels, and tissue paper dispensers will be provided by the owner and is NIC. INFORMATION TECHNOLOGY (IT) - DATA CABLING 1. Weld County IT department will be responsible for providing all cabling for County data and is NIC. 2. Contractor will be responsible for all pathways and rough ins for data as outlined in the project documents and specifications. PROJECT CLOSE OUT: Contractor will provide two (2) complete sets of O&M manuals along with two (2) complete sets of as -built drawings at the time of completion of the project. I. Contractor will provide all manufacturer's warranty documentation for all equipment. 2. Contractor will provide a detailed report for all craftsmanship and labor warranties. 3. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 4. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff. This includes but is not limited to Security Electronics, HVAC, and Access Control. 5. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will 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 receive 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. 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 5. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 6. 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. 7. All electrical work will be done by a qualified State licensed electrician. 8. All plumbing work will be done by a qualified State licensed plumber. 9. All mechanical work will be done by a qualified State Licensed technician. 10. 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 damages occurred will be the contractor's responsibility to repair or replace. 11. All lifting and hoisting equipment shall be provided by the contractor as needed. BID REQUEST #62300177 Page 11 12. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 13. No bid bond is required for this project. 14. 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. 15. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project. 16. Contractor will be required to provide Professional Liability Insurance (PLI) and builders risk insurance in the amount of the bid. 17. 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. 18. Weld County is a tax-exempt entity. 19. Davis -Bacon and Buy American requirements are NOT required. 20. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. SCHEDULE: 1. Contractor is responsible for providing and maintaining a three week look ahead schedule throughout the life of this project. Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish • August 28, 2023 August 28, 2023 September 13, 2023 September 20, 2023 September 27, 2023 October 16, 2023 October 30, 2023 Immediately following Contract September 1, 2024 BID REQUEST #B2300177 Page 12 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being October 30, 2023. START DATE COMPLETION DATE TOTAL LUMP SUM COST: LUMP SUM COST FACILITY BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 10:00 AM on September 27, 2023: on or before the bid opening 1) Pages 9 thru 14 of the Bid Specifications/Scope of Work. 2) W9, if applicable.* 3) Any future Addenda must be completed. 4) All other items as requested in the Bid Specifications/Scope of Work. *A current W9 is required for new bidders. If you have previously worked with Weld County, only provide your W9 if there has been a change. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. BID REQUEST #B2300177 Page 13 The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2300177. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids. to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM BY BUSINESS ADDRESS CITY, STATE, (Please print) DATE ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. ATTEST: Weld County Clerk to the Board YOU DO NOT NEED TO SEND BACK PAGES 1 - 8. BY: BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE Elected Official or Department Head Controller PSRFB0323 BID REQUEST #B2300177 Page 14 ADDENDUM#1 BID REQUEST NO. B2300177 Briggsdale Sand and Grader Shed 1) Currently: B2300177 Bid Due Date is September 27, 2023 @ 10:00 am. Date of this Bid Advertisement Date Pre bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish August 30, 2023 August 30, 2023 September 13, 2023 September 20, 2023 September 27, 2023 October 16, 2023 October 30, 2023 Immediately following Contract. September 1, 2024 Change: Due to the increased inquiry for an extension to the bid due date. The bid due date has been revised and moved to October 4, 2023 @ 11:00 am. See revised schedule and due dates below. Questions will be answered on or about September 27`n Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due (Revised) Bid Award Notice (Revised) Contract Execution (Revised) Construction Start Project completion August 30, 2023 August 30, 2023 September 13, 2023 September 20, 2023 October 4, 2023 October 23, 2023 November 6, 2023 Immediately following contract. June 28, 2024 ***We need signed copy submitted with bid. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL September 20, 2023 ADDENDUM#2 BID REQUEST NO. 82300177 Briggsdale Sand and Grader Shed 1) Currently: B2300177 Bid Due Date is October 4, 2023 @ 10:00 am. Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due (Revised) Bid Award Notice (Revised) Contract Execution (Revised) Construction Start Project completion August 30, 2023 August 30, 2023 September 13, 2023 September 20, 2023 October 4, 2023 October 23, 2023 November 6, 2023 Immediately following contract. June 28, 2024 2) Change: The bid due date has been revised and moved to October 11, 2023 @, 10:00 am. See revised bid form revisions below. SCHEDULE: 1. Contractor is responsible for providing and maintaining a three week look ahead schedule throughout the life of this project. Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish PROPOSED DATES: August 30, 2023 August 30, 2023 September 13, 2023 September 20, 2023 October 11, 2023 November 13, 2023 November 27, 2023 Immediately following Contract. September 1, 2024 Please provide proposed schedule dates with the expectation of contract execution being November 27, 2023. START DATE COMPLETION DATE FACILITY LUMP SUM COST PHASE 1 TOTAL COST PHASE 2 TOTAL COST TOTAL LUMP SUM COST A mandatory pre -bid conference will be held on September 13, 2023, at 1:00 PM, at the Weld County Briggsdale Grader Shed located at 43950 CO -392 Briggsdale, CO. Bids will be received up to, but not later than October 11, 2023, at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). 3) Add: The following information to be added to the contract documents. This addendum forms part of the Construction Documents and modifies the original Drawings and Specifications dated 9 /29/ 2023. Each bidder shall ascertain prior to submitting his bid that he has received all the addendums issued and shall acknowledge their receipt in his bid. Failure to do so may subject the bidder to disqualification. MODIFICATION TO THE SPECIFICATIONS SECTION 01400 - TESTING LABORATORY SERVICES General — Weld County will employ and pay for the services of an independent Testing Laboratory to perform specified services including inspections, sampling, and testing. The contractor will alert the testing company to inspect and approve soil for foundations and test soil compaction of all backfill to ensure that all earthwork specifications and requirements are met. Contractor shall cooperate with Laboratory personnel; furnish tools, samples of materials, design mix, storage, and assistance as requested. Notify A -E and Testing Laboratory 24 hours prior to the time when construction activities will take place that will be in need testing services. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. SECTION 03500 CONCRETE SEALER Salt Shed Interior concrete walls of the Salt Shed shall be sealed with a water -based silane siloxane concrete sealer / water repellent. Sealer: Armour SX5000WB or equal The sealer should be applied to a completely clean and dry surface. If the surface was cleaned with water or pressure. Washed prior to application, allow the surface to dry for at least 24 hours before sealing. While the surface may appear dry and feel dry to touch, water below the surface trapped in the pores can cause the same issues. While pressure washing the surface is typically sufficient; spot treatment may be necessary for deep or older stains. If the surface is smooth troweled or does not easily accept water, acid etching may be required prior to applying sealer. It is suggested to apply the sealer to a test area to verify absorption, coverage, compatibility, and project suitability. Wall shall rest for 72 hours before applying paint to the column priers. See division 9. Salt Shed floor shall be sealed with the Armour SX5000WB sealer. Joint sealer, see Section 07900. SECTION 09900 — PAINTING Add the following: Salt Shed Exposed Deck Primer Coat: Factory Finish 2 Coats: B42W000310 - Pro Industrial Waterborne Acrylic Dryfall-Semi Gloss Unprimed Metal Primer Coat: B66W00310 - Pro Industrial Pro-Cryl Universal Acrylic Primer Finish 2 Coats: B66W00651 - Pro Industrial High -Performance Acrylic -Semi Gloss Primed Metal Finish 2 Coats: B66W0065 - Pro Industrial High -Performance Acrylic -Semi Gloss SECTION 13290 -PRE-ENGINEERED METAL BUILDING DESIGN REQUIREMENTS Add the following: Collateral load; 5 pounds PRODUCTS Add following clarification, Item 9: Tension ties are not required in Salt Shed floor. Add following clarifications, Item 10 second paragraph: All metal in Salt shed shall be painted, See Section 09900 above Add following clarification, Item 11: Second paragraph, second line, delete line: "Standing seams must be capable of having snow guards attached." Second paragraph, fourth line, delete line: Except for the end laps, at eaves, along the ridge and at vent pipes, there shall be no "through the roof' fasteners or penetrations. Add following clarification, Item 14: Salt shed is not required to have insulation in either the roof or the walls. MODIFICATIONS TO THE DRAWINGS DELETE C-1 SITE, UTILITY, & DEMOLITION PLAN ADD C-1 REVISED Contractor shall construct a New Fuel Island 33'-0" x 14'-0" located 22'-0" north of Grader Shed. The contractor shall backfill the area around the new pad as necessary. Construct bollard at the four corners of the fueling slab. Install conduits with pull strings back to the Grader Shed with stub -ups to the top side of the slab. See Electrical Site plan. Weld county will provide and install double wall tanks, dispensers, and the associated connections. Locate the new area light pole on south side of fueling slab rather than the north side. Install 3 -wire barded wire fence around leach field. Install 4 bollard around existing drain line clean -out located south of leach field. DELETE ELECTRICAL ONE LINE SHEET E0.5 ADD SHEET E0.5 Revised DELETE ELECTRICAL SITE DEMOLITION SHEET E0.7 'ADD Sheet E0.7 Revised DELETE ELECTRICAL SITE PLAN SHEET E0.8 ADD Sheet E0.8 Revised Reference the following pages for revised drawings ***We need signed copy on file. Thank You!*** Addendum received by: FIRM ADDRESS CITY AND STATE BY EMAIL September 29, 2023 gg0)I[ARR 60 x(80 SAND WILDING FF 4665.1) p,p® ,®s BRIGGSDALE GRADER SHED AND SAND SHED • ® ®®®O®®� ®®®®®®� ®®9 REAMS CONNECT TO EXISTING NETER PIT INSTALL SAND 6 al INTERCEPT,* WITH CIE VCOTS AT BOTH ENDS LEA. FIELD FASTING GRADER SNEC TO BE REMOVED ( INCLUDING iWNDADION) EXISTING SAND S4ED TO BE REMOVED (INCLUDING FOUNDATION) RELOCATE EXS.C ELECTRICAL UNE TO ALLOW FOR CONSTRUCTION OF GRADER SHED INSTALL PROPANE TANK 5 HIDE CONCRETE APRON TY MICIc AND (6) PIPE BOLLARDS W FRONT GF OVERHEAD DOORS RAMP iTJ BE REMOVED FIBER OPTIC UNE TO REYAW 1Y WP DRAIN UNE SEE DETAIL GRADING FLEET CONCRETE AtSEY BARRIERS TO REMAIN FENCE TO BE REMOVED EMSPNG CRMER SHED LEACH FIELD AND SEPTIC TANK TO BE REMOVE"/ ABANDONED PEP HEALM DEPARTMENT RECONMENOATIONS PAO TO REMAIN EXISTING FENCE TO REMAIN FUEL ISLAND TO BE REMOVED ANO OECOMNI90NED EXISTING CULVERT TO RENAIN PROPU6Ep T SE 7 1MTH ODUBLE WALL TANK NO CMTAINMENT REWIRED ✓Y % 16' X U' CONCRETE PAD REINi W/HAT 16' D.C. :.EE ADC R FOR RENSEC SSE CF FtIEL L^.UND aAp 6' % B' % 6' fiNERATOR PAD Ihnumnimmot � omo � r m 111 Q � J 3 U mans 6/2,12023 r=3o Cl 1/2" EXP JT . (2) #5's CONT TOPd BOTTOM �� nL 5a - 1/2' E.P IT (HDOK O0IMD A B's SEE FOOTING SCHEDIAE ,FOUNDATION SECTION FOUNDATION SECTION t 1 A OUNDATION SECTION UNRATION SECTION Q REVISED DETAIL NO. STRUCTURAL GENERAL NOTES 2018 IBC 1 LOADS USED IN DESIGN Ground snow load=30 ps1. 0 Wlntl=115 mph Vutt. exposure C. 2 s,8' slab an grade axk men = 15.0001bs, wM dual pneumatic tires INFORMATION InmrmeDan noted m tMs secuon q as recommended in ;. Geotecnriwl Engmeemg Report prepared by Nonnern Comretlo Geotech, Jab No. 034-23. derotl Ma/9.2023. b. MaxDnum atlaysDle soil bearing pressure c 1500 psi. se lounda.ons shat haVa a itxnimum o190' frost dept. 3 CONCRETE resswe strength et 28 days= 3000 psi tor ro,ndaDors b c Ma d. Cal REINFOflCING a All reinforcing far corrcrab shall be ASTM A615 tam bars, gnde 60. eveepl for #3 Dan stoN bee grade 40. P bars 40 diameters at splices except ldp tension IRa Dan 80 dia���elsrs. 5 CONCRETE FLOOR SL:fr e, Flddr r shag be e' mfr. Mmkness as shown an plan b Remlorte with Bx6 W9x W2B VJss/F ProvWe saWcul control Joints et i6 feel mavunum seway, in square or nearly square pattern bawwl pints stould ba u4 deep and cut u e. soon es pocsib'e niarout gm., the slap somace 6. PRE-ENGINEERED BUILDING a. Preengineered building shall De designed by the suppeer. e Install in aeeortl8nr2 wRl' manulBclureYs rerammand2. ens and speaficallons,. ANCHORehVb FOR PRE ENGINEERD METAL'I'LhiDNG COLUMN6 e Anchor Dolls mr prengtwered metal Duiggq snel De Der me Dre<nglnaered building supplier spauacanons. STEEL STUD6 AND J016T6 a. Steal stuns shell De ae rt•...factored DY Oieaicn Intl ... or equal, 33.i. Runners shall be 7N 9a. manta m arxomanu ram mamrfacWnn'recermwndYpns D Attach bosom runner m earraem with Niai DX fasteners or equal 18' a c. 9 FLOOR SHEATHING a Fmor sneatnirp snail De parlormance rated panBls Deering the APA iretlsmark D. Floor sheathing shall De 23!32' thx:k, APA rated sheamug. exposure t, w0A tongue end 0. All panel end junk shall De staggered. a Unless amerwese noted, Donal edges shay beetled,. enth app.. .loners at 6' o.e COORDINATION a. The Generel C.V..shah coordinate end Verily all dimensons aro cantllDons Any aiscrePancles snaN Oe brought to the at0enbon al the Eyineer fur resolu.on. - the Generel Canhacmr snag verify Mat connate peaeslah are a minimum of t 5' larger Irian Me column bas 1 ENGINEER'6 STAMP a. Engines Mecnani 12 PR:Gil: ; a. FauntleD permirs to the ztrucWrel eNmenR of the fountlet7on onry ea, H'JAC. p ot:g, site, antl arcniteeWral matures are by others basetl on prelimirery informalpn. Tne engineer s.aN evaluate ma ere* DUSdmg anchor troN plan and coumn reecho. inmimaaon is hon may note ro be reweea .esordmgy. q1 W W � , 'rig zCi m WORK NOTES: 0 • (T) ELECTRICAL SINGLE LINE • 6 GENERAL NOTES: DEMOLITION NOTES: O (7q GRODE SHED= li 1 CDOT BLDG ITGF gg�Qb.6R6�3/1" F • in \ ELsECTRICAL SITE PLAN - DEMOLITION EU.7 � ^�- _. 91.11, GENERAL NOTES: • WORK NOTES: S DELECTRICAL SITE PLAN ED BRIGGSDALE SAND & GRADER SHED B2300177 - Q&A 1. Question: Scope of Work Reference: "This project will require a new fuel island located north of the new grader shed." Plan CI Reference #27: "Proposed fuel station with double wall tank no containment required 8'x16'xl' concrete pad" There are no details or specification for this work on the current plans, this information is required to perform this bid and work. Answer: Please reference Addendum #2 2. Question: Can you please provide the geotechnical report? Answer: This has been posted to bidnet. 3. Question: Will any Fire Alarm be required for either Phase/ Shed? Answer: No 4. Question: Confirming Phase -I vs. Phase -2 Breakouts, will the Generator, Pole Light, Fuel Pump Station, be on Phase -1? The Electrical Drawings, One Line, Panel Schedules, & Site Plans are the same on both Phase -1 & Phase -2, want to confirm Phase Breakouts per these mirrored drawings? Answer: Generator, Pole Light, and Fuel Pump Station to be on Phase 1. All site electrical to be performed in Phase 1. 5. Question: E0.5 on both Phase -I & 2 Drawings states "Diesel" & "Propane" Generator. Please confirm which it shall be? Answer: A propane generator will be required for this project. 6. Question: Any pictures of existing Panel "PSE" with front door open? There is a new 150amp Breaker called out for this Panel. On google maps street view, this panel does not appear to be capable of Sub feeding a 150amp breaker/ circuit. Answer: Reference Addendum #2 7. Question: What is the pitch of the roof on the Grader Shed? Answer: Reference Section 2 on PI -A5 8. Question: On SI Grader Shed plans it calls out for detail 4 / S2 but I do not see a detail listed for S2 for a detail#4 Answer: Reference Addendum #2 9. Question: Phase 1 (Grader Shed)- Besides the Demising Wall between Garages 101 & 105 and Interior of Office 102 and RR's 103 and 104, Will any other walls need to paint above the Liner Panels (above 10')? Answer: Reference room finish schedule on Pl-A2. Yes, walls above 10' to be painted. 10. Question: Phase 1 - Will any Exterior Louver Panels need to field paint? Answer: No, the louver panels are to be factory finish. Factory finish to be approved in submittal process if multiple finishes are available. 11. Question: Phase 1 - Will any of the Structural Ridge Frames at Garages need to Field Paint (They will at Exposed Ceiling)? Answer: The grader shed is to have factory prime exposed steel per the project specifications and the sand salt shed is to reference addendum #2. 12. Question: Phase 2 - (Sand/Salt shed) — Besides the Foundation Pilaster at bottoms of Ridge Frames painting yellow — Will any other part of the concrete 'Stem Wall' need to field paint? Answer: Only pilasters are to be painted yellow after sealer is applied. Reference addendum #2. 13. Question: For phase 2 Sand/Salt shed — will the Structural Ridge frames need to field paint (Looks like exposed ceiling is NOT painting)? Answer: Reference Addendum #2 14. Question: Sheet Cl note 12, is propane tank by owner? Answer: Yes, Contractor to provide all underground plumbing, concrete pad, earthwork, and coordination with propane supplier for pressure testing. Connections to the propane tank to be performed by propane supplier. All other connections to be by contractor. 15. Question: Please confirm that a new 150AMP breaker can be added to the panel. Answer: Reference Addendum #2 16. Question: Specs note wall panels to be architectural style with concealed fasteners. The Salt shed drawings note PBR walls. Please clarify if we are to match the wall panels on both buildings or if architectural panels are desired for the grader shed. Answer: All metal panels to be PBR. No architectural style or concealed fasteners will be required. 17. Question: Does the East wall along Gridline D of the grader shed have liner panel to 10'0" AFF? Drawings do not show it whereas the room finish schedule has conflicting information. Answer: Yes, liner panel is required at the east wall along gridline D at 10'0" AFF. 18. Question: Does the fuel island decommissioning involve the tank closure, would we need an environmental consultant? Answer: This will need to be determined by the contractor. All items associated with decommissioning are the responsibility of the contractor. 19. Question: Do we need a separate permit for the fuel island decommissioning? Answer: A state permit is required for decommissioning the fuel island. This permit will be the contractors responsibility. 20. Question: Is the leech field new? If so have any percolation tests or design been done? If design hasn't been done can an allowance be established for the leech field? Answer: Yes, the leech field is new and will be the contractors responsibility. The soils report and septic design are posted on Bidnet for reference. 21. Question: Is a bid bond required for this project? Answer: No 22. Question: Is any asbestos mitigation needed for the demo of the two structures? Answer: The County will be responsible for testing and abatement. 23. Question: Does a construction schedule need to be submitted with the bid? Answer: No 24. Question: Can the bid date be extended? Answer: Reference Addendum #2 25. Question: Who is responsible for materials testing & special inspections? Answer: Reference Addendum #2 26. Question: Will the propane tank removal and installation be performed by the provider of the propane? Answer: Contractor to remove existing tank and Weld County to provide new tank. 27. Question: Will the fuel tank removal and installation be performed by Weld County? Answer: Reference Addendum #2. 28. Question: Specification section 03290 says to refer to section 01410 for concrete testing, but that specification section was not provided. Please provide this section. Answer: Reference Addendum #2. 29. Question: What type of piping is acceptable for compressed air system? Answer: The compressed air piping system shall be Simplair by Ingersoll Rand, Transair, or approved equal. The compressed air piping system shall be a factory built (marine grade) rigid aluminum tubing system designed for use with compressed air. The tubing system shall meet the requirements of, and be certified to, ASME B31.3 Process Piping standard. The system shall be rated for a maximum working pressure ratting of 220 PSI and a maximum working temperature range of -4 degrees F to 176 degrees F (100% Duty). 30. Question: What is the PEMB collateral loading requirement for each building? There is no specific collateral load stated on the documents. Answer: See Addendum #2 31. Question: Is the building design "enclosed" or "partially enclosed"?, ie. What is the design internal pressure coefficient? Answer: This is to be determined between the AHJ (Authority Having Jurisdiction) and metal building manufacturer to comply with applicable codes. 32. Question: The drawings state 36" PBR wall panel, AND concealed fastener. A PBR panel is not a concealed fastener wall panel. Confirm that exposed fasteners or semi -concealed fastener wall panel is acceptable. Answer: Concealed fasteners are not required for this project. 33. Question: Specifications call for roof panels to be "without staggered end laps". Does this mean that there are to be 60ft long roof panels on the grader shed? Or can we have a staggered seam along the panel length and be a non -continuous panel? Answer: Staggered end laps will be acceptable. 34. Question: The drawings for the sand shed states 36" wide PBR panels for the roof panel. Is the sand shed roof to be standing seam or through -fastened PBR panel? Answer: Through -fastened PBR panels are acceptable. 35. Question: Will the sand shed require hot dipped galvanized primary and/or secondary framing? Answer: Hot dipped galvanized is not required. 36. Question: E0.5 of phase 2. Are we providing a 45KW or 50KW generator? The drawing notes and work note: 4 contradict each other. Answer: The project requires a 50KW generator. 37. Question: Specifications include section 10220: Chain Link Fencing. Site Plans don't show location of new chain link fencing. Please clarify. Answer: Chain Link Fencing is not required. 3 wire fencing is required at leach field. Reference Addendum #2. 38. Question: Must an office trailer be available onsite for the duration of the project? Answer: No, an office trailer will be required until the grader shed is available for meetings and job walks. 39. Question: Does the owner intend to receive any salvaged materials from the building demolition? Answer: No Exhibit B SCOPE OF WORK Weld County Briggsdale Sand / Grader Sheds PROJECT OVERVIEW: This project is a turn -key lump sum project to construct a new sand and grader sheds for Weld County Briggsdale located at 43950 CO -392 Briggsdale, CO. METHOD OF PROCUREMENT: Request for Bid (RFB): is a procurement method often referred to as a sealed bid solicitation. When issued, the bid package is considered complete for bidding purposes. Responsiveness to the solicitation's terms and conditions are required. Incomplete or non -responsive bids will be eliminated from consideration. Low price is the key consideration by Weld County in awarding an RFB the contract. Project documents and specifications have been provided per the following attachment to this bid. PROJECT SCOPE: The scope of this project includes but not limited to demolition of the current Briggsdale sand and grader sheds and construction of the new sand and grader sheds. This project will require a new fuel island located north of the new grader shed. The scope includes all work as outlined in the documents provided and the below line items. This is a turn -key project which the contractor will be responsible for completing all extents of the project as outlined and specified in the project contract documents that have been provided as part of this bid request. These scopes shall be included in the bid price and construction schedule. This also includes all additions, alterations, engineering services, and new work required for a complete and code compliant finished product. It is the contractor's responsibility at the time of bid to ensure all project specifications and requirements have been considered and included in their bid submission. ATTACHMENTS: The attachments listed below will become part of this bid and are available on BidNet. ➢ Attachment A: Weld County Project Documents ➢ Attachment B: Construction Document — Building Plans - Phase I ➢ Attachment C: Construction Document — Building Plans - Phase 2 ➢ Attachment D: Construction Document — Specifications PROJECT SPECIFIC TERMS AND CONDITIONS: 1. Contractor will provide all labor, materials and equipment for all work shown and specified in the project plans. All work shall be completed per the documents provided. 2. 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. 3. 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 have to clean or move materials or equipment that were not properly stored the contractor will assume all associated costs. 4. Contractor will be responsible to provide any temporary lighting or power that may be needed to complete the scope of work. BID REQUEST #82300177 Page 9 5. Contractor is responsible for all private and public locates for the entirety of this project. 6. All earthwork and potholing to be included in the bid. 7. Staging areas will be available for the contractors use at the site, however the CDOT building wilt be open for business during the construction process. Any impacts to CDOTs operations will need to be coordinated 2 weeks prior to disruption. If any construction activities shut down or displace CDOT operations, it will be the contractors cost and responsibility to rectify immediately. 8. Contractor is responsible for maintaining the vehicle tracking pad at the entrance/exit of the site. 9. The contractor will provide a full-time superintendent or project manager on site while any work is being performed. A qualified representative will be allowed to receive deliveries in lieu of a superintendent or project manager if needed during construction off hours if County project manager is properly notified and delivery has been scheduled. 10. Contractor will be responsible for securing the site. Adequate fencing, barriers and other protection for the public shall be installed and maintained throughout construction. Signage shall be displayed showing dangers and directing the public away from construction areas. 11. Contractor will be responsible for all temporary facilities including toilets, trash dumpsters, temporary office space and enclosed storage containers. All temporary facilities shall be located away from existing building and not located in areas that will be used by the public while accessing the existing building. 12. This project will be built in phases to accommodate Weld County Public Works access and storage needs. The contractor will be responsible for providing a schedule that will be reviewed and approved by Weld County Facilities / Public Works prior to the start of construction. 13. Contractor is responsible for developing and maintaining a storm water management plan per the project documents and all local EPA and State of Colorado requirements. Contractor must complete all requirements and submit via CEOS website. Contractor is responsible for and will be the operator for all associated permits and will be responsible for all violations/fines for non-compliance with the regulatory requirements. 14. All foundation/site work and soil compaction will be verified by County's third -party inspector prior to any vertical erection. Any failures will be reimbursed by the General Contractor. 15. Contractor to restore grading after demolition of all existing structures and foundations. Backfill and road base material to be submitted and approved prior to installation. Contractor to include all import material in this bid. 16. Contractor to provide as -built surveying, off -set staking, retention pond volumes for Weld County's review and approval. 17. Contractor to provide all necessary signage to pass final inspections. All signage to be submitted and approved prior to ordering material. PHASING Phasing to be coordinated based on the following. Contractor to provide a CPM schedule for review and approval that represents these activities prior to construction. Phase 1 • Demo existing sand shed. • Regrade at existing sand shed. • Construct new grader shed including fuel island. • Occupy new grader shed. Phase 2 • Demo existing grader shed and leach field. Demo only after new grader shed is occupied. • Regrade at existing grader shed and leach field. • Construct new sand shed. BID REQUEST #B2300177 Page 10 OWNER PROVIDED NOT IN CONTRACT (NIC): 1. All bathroom and breakroom soap, paper towels, and tissue paper dispensers will be provided by the owner and is NIC. INFORMATION TECHNOLOGY (IT) - DATA CABLING 1. Weld County IT department will be responsible for providing all cabling for County data and is NIC. 2. Contractor will be responsible for all pathways and rough ins for data as outlined in the project documents and specifications. PROJECT CLOSE OUT: Contractor will provide two (2) complete sets of O&M manuals along with two (2) complete sets of as -built drawings at the time of completion of the project. 1. Contractor will provide all manufacturer's warranty documentation for all equipment. 2. Contractor will provide a detailed report for all craftsmanship and labor warranties. 3. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. 4. Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff This includes but is not limited to Security Electronics, HVAC, and Access Control. 5. Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project. WELD COUNTY STANDARD TERMS AND CONDITIONS: 1. All submittals will 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 receive 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. 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 5. All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 6. 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. 7. All electrical work will be done by a qualified State licensed electrician. 8. All plumbing work will be done by a qualified State licensed plumber. 9. All mechanical work will be done by a qualified State Licensed technician. 10. 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 damages occurred will be the contractor's responsibility to repair or replace. 11. All lifting and hoisting equipment shall be provided by the contractor as needed. BID REQUEST #B2300177 Page 11 12. Work wilt comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 13. No bid bond is required for this project. 14. 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. 15. Retainage in the amount of 5% shall be held on all pay requests until the final acceptance of the project. 16. Contractor will be required to provide Professional Liability Insurance (PLI) and builders risk insurance in the amount of the bid. 17. 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. 18. Weld County is a tax-exempt entity. 19. Davis -Bacon and Buy American requirements are NOT required. 20. Contractor will be required to enter into a standard Weld County contract for this service. A standard Weld County contract is available through the Weld County Purchasing department and is available for viewing upon request. SCHEDULE: 1. Contractor is responsible for providing and maintaining a three week look ahead schedule throughout the life of this project. Below is the anticipated schedule for this project: Date of this Bid August 28, 2023 Advertisement Date August 28, 2023 Pre -bid conference September 13, 2023 Bid Questions Due September 20, 2023 Bids Are Due September 27, 2023 Bid Award Notice October 16, 2023 Contract Execution October 30, 2023 Construction Start Immediately following Contract Construction Finish September 1, 2024 BID REQUEST #B2300177 Page 12 Lead times: based on approved submittals Generator - 16 wks Elect panels - 40 wks 2023. PEMB Shop Drw. - 3-4 wks PEMB Fabrication - 12-14 wks TCC Corporation START DATE fsJo Z4 COMPLETION DATE 9/1/2024 FACILITY LUMP SUM COST PHASE I TOTAL COST it l, 301i042.00 ilgi I, o Li 00 PHASE 2 TOTAL COST TOTAL LUMP SUM COST S (,rI45,_Pap. 00___ A mandatory pre -bid conference will be held on September 13, 2023, at 1:00 PM, at the Weld County Briggsdale Grader Shed located at 43950 CO -392 Briggsdale, CO. Bids will be received up to, but not later than October 11, 2023, at 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK). 3) Add: The following information to be added to the contract documents. This addendum forms part of the Construction Documents and modifies the original Drawings and Specifications dated 9 /29/ 2023. Each bidder shall ascertain prior to submitting his bid that he has received all the addendums issued and shall acknowledge their receipt in his bid. Failure to do so may subject the bidder to disqualification. MODIFICATION TO THE SPECIFICATIONS SECTION 01400 - TESTING LABORATORY SERVICES General — Weld County will employ and pay for the services of an independent Testing Laboratory to perform specified services including inspections, sampling, and testing. The contractor will alert the testing company to inspect and approve soil for foundations and test soil compaction of all backfill to ensure that all earthwork specifications and requirements are met. Contractor shall cooperate with Laboratory personnel; furnish tools, samples of materials, design mix, storage, and assistance as requested. Notify A -E and Testing Laboratory 24 hours prior to the time when construction activities will take place that will be in need testing services. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. SECTION 03500 CONCRETE SEALER Salt Shed Interior concrete walls of the Salt Shed shall be sealed with a water -based silane siloxane concrete sealer / water repellent. Sealer: Armour SX5000WB or equal The sealer should be applied to a completely clean and dry surface. If the surface was cleaned with water or pressure. Washed prior to application, allow the surface to dry for at least 24 hours before sealing. While the surface may appear dry and feel dry to touch, water below the surface trapped in the pores can cause the same issues. While pressure washing the surface is typically sufficient; spot The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the Request for Bid No. #B2300177. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below -named bidder for the amount shown on the accompanying Bid sheets. 4. The signed bid submitted, all of the documents of the Request for Bid contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. The bid(s) may be awarded to more than one vendor. FIRM TCC Corporation BY Ernie Crownover BUSINESS ADDRESS 609 Gyrfalcon Court Unit D CITY, STATE, Windsor CO (Please print) DATE 10/4/23 ZIP CODE 80550 TELEPHONE NO 970-460-0583 FAX 970-460-0871 TAX ID # 84-0964449 SIGNATURE E-MAIL Ecrownover@tcccorp.net WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1- 8. ATTEST: BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY: Deputy Clerk to the Board Mike Freeman, Chair APPROVED AS TO SUBSTANCE: Elected Official or Department Head Controller PSRFB0323 BID REQUEST #B2300177 Page 14 ADDENDUM#1 BID REQUEST NO. B2300177 Briggsdale Sand and Grader Shed 1) Currently: B2300177 Bid Due Date is September 27, 2023 @ 10:00 am. Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish August 30, 2023 August 30, 2023 September 13, 2023 September 20, 2023 September 27, 2023 October 16, 2023 October 30, 2023 Immediately following Contract. September 1, 2024 Change: Due to the increased inquiry for an extension to the bid due date. The bid due date has been revised and moved to October 4, 2023 @ 11:00 am. See revised schedule and due dates below. Questions will be answered on or about September 27`h. Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due (Revised) Bid Award Notice (Revised) Contract Execution (Revised) Construction Start Project completion August 30, 2023 August 30, 2023 September 13, 2023 September 20, 2023 October 4, 2023 October 23, 2023 November 6, 2023 Immediately following contract. June 28, 2024 ***We need signed copy submitted with bid. Thank You!*** Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court. Unit 0 ADDRESS Windsor. CO 80550 CITY AND STATE Ernie Crownover BY ecrownover@tccoormnet EMAIL September 20, 2023 ADDENDUM#2 BID REQUEST NO. B2300I77 Briggsdaie Sand and Grader Shed 1) Currently: B2300177 Bid Due Date is October 4, 2023 @ 10:00 am. Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due (Revised) Bid Award Notice (Revised) Contract Execution (Revised) Construction Start Project completion August 30, 2023 August 30, 2023 September 13, 2023 September 20, 2023 October 4, 2023 October 23, 2023 November 6, 2023 Immediately following contract. June 28, 2024 2) Change: The bid due date has been revised and moved to October 11, 2023 @ 10:00 am. See revised bid form revisions below. SCHEDULE: 1. Contractor is responsible for providing and maintaining a three week look ahead schedule throughout the life of this project. Below is the anticipated schedule for this project: Date of this Bid Advertisement Date Pre -bid conference Bid Questions Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish PROPOSED DATES: August 30, 2023 August 30, 2023 September 13, 2023 September 20, 2023 October 11, 2023 November 13, 2023 November 27, 2023 Immediately following Contract. September 1, 2024 Please provide proposed schedule dates with the expectation of contract execution being November 27, contractor shall backfill the area around the new pad as necessary. Construct bollard at the four corners of the fueling slab. Install conduits with pull strings back to the Grader Shed with stub -ups to the top side of the slab. See Electrical Site plan. Weld county will provide and install double wall tanks, dispensers, and the associated connections. Locate the new area light pole on south side of fueling slab rather than the north side. Install 3 -wire barded wire fence around leach field_ Install 4 bollard around existing drain line clean -out located south of leach field. DELETE ELECTRICAL ONE LINE SHEET E0.5 ADD SHEET E0.5 Revised DELETE ELECTRICAL SITE DEMOLITION SHEET E0.7 'ADD Sheet E0.7 Revised DELETE ELECTRICAL SITE PLAN SHEET E0.8 ADD Sheet E0.8 Revised Reference the following pages for revised drawings ***We need signed copy on file. Thank You!*** Addendum received by: September 29, 2023 TCC Corporation FIRM 609 Gyrfalcon Court, Unit D ADDRESS Windsor. CO 80550 CITY AND STATE Ernie Crownover BY ecrownoveriHtcccorp ne _ EMAIL ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 11/6/2023 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 Ewing -Leavitt Insurance Agency, Inc. CONTACT Renee McReynolds NAME: (plc 0O.EXD: (970) 679-7344 I jac, NO): (866)425-6180 4090 Clydesdale Parkway Millss,renee-mcreynolds@leavitt.com Suite 101 INSURER(S) AFFORDING COVERAGE NAIL # Loveland CO 80538 wsuRERA,Selective Insurance Company of America 012572 INSURED mswmRB:Pinnacol Assurance 41190 TCC Corporation INSURERC:American Zurich Insurance Co 40142 609 Gryfalcon Ct INSURER D : Unit D INSURER E : Windsor CO 80550 INSURER F: COVERAGES CERTIFICATE NUMBER:23-24 update 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF RiPaISIYYYY) (MMIDDIYYYY) (raw; LIMITS A X COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE OCCUR x Blkt Addl Insureds X Y S2325490 5/1/2023 5/1/2024 EACH OCCURRENCE $ 1, 000, 000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 500,000 MED EXP (Any ore: person) $ 15,000 x Blkt Waiver Subrogation PERSONAL &ADV INJURY $ 1,000,000 GENII AGGREGATE LIMIT APPLIES PER: POLICY ❑X PROT ❑ LOC JEC OTHER: GENERAL AGGREGATE $ 3,000,000 PRODUCTS - COMP/OP A. $ 3,000,000 A AUTOMOBILE LIABILITY --- X ANY AUTO ALL OWNED AUTOS X HIRED AUTOS X Blkt Addl Insureds SCHEDULED _ AUTOS NONOWNED X AUTOS X Blkt WOS X Y S2325490 5/1/2023 5/1/2024 COMBINED SINGLE LIMIT (Ea accident) $ 1' 000 , 000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLALIAB EXCESS LIAR X OCCUR CLAIMS -MADE X Y Follow Form S2325490 5/1/2023 5/1/2024 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED I I RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANYPROPRI T.°E PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A y incl Blanket Waiver of Subrogation 4021079 7/1/2023 7/1/2024 PER OTH- X STATUTE ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE- EAEMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 C A Builders Risk Contractors Equipment BR73861347 S2325490 5/1/2021 5/1/2023 continuous 5/1/2024 $3,000.000 any one structure $1000 deductible Leased/Rented Equip $250,000 limit DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) re: Briggsdale Sand & Grader Shed Project; Weld County, Colo, its elected officials and its employees are named as additional insureds. Waiver of subrogation is provided in favor of the additional insureds. CERTIFICATE HOLDER CANCELLATION ttaylor@weldgov.com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County Colorado THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1105 H Street Greeley, CO 80632 AUTHORIZED REPRESENTATIVE R McReynolds/RESTEI e' yteeX0ne&..) I ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Contract F Entity Information Entity Name * TCC CORPORATION Entity ID* @00034361 Contract Name BRIGGSDALE SAND & GRADER SHED PROJECT Contract Status CTB REVIEW O New Entity? Contract ID 7589 Contract Lead * SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Contract Description CONSTRUCT A NEW SAND & GRADER SHED IN BRIGGSDALE Contract Description 2 Contract Type* CONTRACT Amount* $1,745,056.00 Renewable * NO Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 1 1 /1 1 /2023 GROUNDS 11/15/2023 Department Email CM- BuildingGrounds@weldgo v.com Department Head Email CM-BuildingGrounds- DeptHead@weldgov.com County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL DGOV.COM Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? YES Bid/RFP #* B2300177 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 Termination Notice Period Contact Information Review Date 12/31/2024 Committed Delivery Date Renewal Date Expiration Date* 12/31/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date TOBY TAYLOR 11/20/2023 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 11/15/2023 11/15/2023 11/17/2023 Final Approval BOCC Approved Tyler Ref # AG 112223 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 11/22/2023 October 25, 2023 FACILITIES DEPARTMENT PHONE: (970) 400-2020 FAX: (970) 304-6532 WEBSITE: www.co.weld.co.us 1105 H STREET P.O. BOX 758 GREELEY, COLORADO 80632 To: Board of County Commissioners From: Toby Taylor Subject: BRIGGSDALE SAND & GRADER SHED - B2300177 As advertised this bid is for the Briggsdale Sand & Grader Shed. The low bid is from TCC Corporation in the amount of $1,745,056.00. and meets the specifications. Therefore, the Facilities Department is recommending the award to TCC Corporation in the amount of $1,745,056.00. If you have any questions, please contact meat extension 2023. Sincerely, Toby Taylor Director 20 23- 3130 8& 0025 DATE OF BID: SEPTEMBER 27, 2023 REQUEST FOR: BRIGGSDALE SAND & GRADER SHED DEPARTMENT: FACILITIES BID NO: B2300177 PRESENT DATE OCTOBER 30, 2023 OCTOBER 23, 2023 APPROVAL DATE: NOVEMBER 6, 2023 VENDOR TCC CORPORATION 609 GRYFALCON COURT, UNIT D WINDSOR, CO 80550 GROWLING BEAR CO. INC. 2330 4TH AVENUE GREELEY, CO 80631 MCCAULEY CONSTRUCTORS, INC. 650 INNOVATION CIRCLE WINDSOR, CO 80550 HARRIS CONSTRUCTORS INC. 975 AUTOMATION DRIVE, SUITE A WINDSOR, CO 80550 BAKER BUILDERS, LLC DBA BAKER CONSTRUCTORS 5660 IRIS PARKWAY FREDERICK, CO 80504 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. START DATE 2/5/2024 FINISH DATE 9/1 /2024 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverett(a/weldoov.com caeisertWweldaov.com Phone: (970) 400-4222 or 4223 TOTAL $1,745,056.00 11/15/2023 12/31/2024 $1,799,537.00 11/28/2023 9/1/2024 $1,889,300.00 11/28/2023 9/1/2024 $1,905,657.95 3/4/2024 8/22/2024 $2,034,570.00 2023-3130 10/73
Hello