Loading...
HomeMy WebLinkAbout20231451.tiffConkvaehta 7Z BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Chase Building entrance. DEPARTMENT: Facilities PERSON REQUESTING: Patrick O'Neill DATE: October 7, 2024 Brief description of the problem/issue: The design changes to the Chase Building included blocking off the east entrance to create a security entrance at the west side. Since then, the needs of the occupants and the building has changed. The entrance that was removed needs to be re -installed. What options exist for the Board? 1. Approve the change order. 2. Deny the change order. Consequences: Tenants may leave the building if the entrance is not put back the way it was. Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $45,533.18 Recommendation: Facilities recommends putting this change order on an upcoming BOCC meeting agenda for approval. Perry L. Buck, Pro-Tem Mike Freeman Scott K. James Kevin D. Ross , Chair Lori Sane � r ds, on �oz' Support Recommendation Schedu e Place on BOCC Agenda Work Session Other/Comments: c c: Onbne.ct%) 2,0W- (451 October 4, 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: Chase Renovation - Change Order #3- 2023-1451 In the design of this project, part of it entailed blocking off the public entrance to the main lobby on the east side of the building and creating a secure entrance on the west side of the building. This work was completed as designed. Since then, the needs of the building and the occupants have changed. This new entrance inconveniences most of the occupants and there is currently no desire for a secure lobby. The solution is to re -install an entry similar to what was removed. The contractor on the project, TCC has provided costs to reinstall this entry in the amount of $45,533.18. Therefore, the Facilities Department is recommending approving this Change Order in amount of $45,533.18. If you have any questions, please contact me at extension 2027. Sincerely, Patrick O'Neill Director Change Order #3 to Service Agreement Between Weld County and TCC Corporation Date: October 4, 2024 Original Agreement: Weld County Document no. 2023-1451 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: $ 5,598,005.00 Original Contract Amount $ 382,445.59 Previously Approved Change order(s) Amount $ 45,533.18 Current Change Order Amount $ 6,025,983.77 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: iZ Name: Brian Crownover Title: Vice President ATTEST: rid2Ak) Weld County Clerk to the B BY: Deputy Clerk to the Bo Date 10/9/24 OARD OF COUNTY COMMISSIONERS LD COUNTY, COLORADO Page 1 of 1 zpn-1451 TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 6 TITLE: Lobby Storefront PROJECT: WC Chase Bldg Reno TO: Will Hopkins Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 10/01/2024 2322 Change order to revert back to the original storefront system that was demo'd during the original construction. Description Amount Demolition of block wall, stud wall, 5 foot of tile, and haul away Temporary Security Wall Running of electircal to ADA operators and low voltage pullstring for card access reader, low voltage wiring for ADA hardware New Storefront w/ Stanley ADA operator with push button actuators, butt hinges, thresholds, sweeps, weatherstripping Patching of drywall, grid ceiling, and paint General Conditions General Liability Insurance Builders Risk Insurance Contractor's Fee $4,800.00 $450.00 $2,250.00 $31,300.00 $1,100.00 $1,084.00 $159.37 $291.41 $4,098.40 Total $45,533.18 APPROVAL: By: By: Will Hopkins Date: Date: Brian Crownover Proposal COMMERCIAL GLASS PROPOSAL SUBMITTED TO TCC FAX: CITY, STATE AND ZIP CODE DATE OF PLANS N/A Page No. 1 of 1 Pages EXHIBIT PHONE FAX DATE 9/26/24 JOB NAME Chase Bank JOB LOCATION Greeley, CO ATTN: Estimating JOB PHONE We hereby propose to furnish materials and labor necessary for the completion of: 084113, 087100 (related to 084113), 088000 * Exterior aluminum storefronts to be Tubelite T14000 thermally broken in dark bronze anodize finish. * Exterior aluminum storefront doors (1 pair) to be Tubelite wide stile with 10" bottom rails in dark bronze anodize finish. * Door hardware to include Von Duprin QEL concealed rod electrified panics with exterior trim, Von Duprin power transfers, (1) Stanley ADA operators with push button actuators, butt hinges, thresholds, sweeps, weatherstripping. * Perimeter caulking (both sides) for aluminum frames is included. * Exterior glazing in storefronts to be 1" Clear Solarban 60 LowE (or equal), tempered where required by code. * Shop drawings are included. * Lifts and Hoisting are included. * 2.9% Taxes are included. Total: $31,300.00 Project Notes: #1: Pulling of wire and electrical connections for ADA operators and electrified panics is excluded. ADDENDUMS NOTED: EXCLUSIONS ARE AS FOLLOWS:DAVIS BACON WAGES, DEMO WORK, BOARD UP TEMPORARY GLAZING, STRUCTURAL CALCULATIONS , WATER TESTING OF ALUMINUM FRAMES, BOND, WOOD OR HOLLOW METAL STOPS FURNISH OR INSTALLED, NO DOOR KITS, SCREWS FOR HOLLOW METAL FRAMES, CLEANING OR PROTECTION OF GLASS OR ALUMINUM, GALVANIZED FLASHING, BREAK METAL THAT IS NOT SHOWN ON DRAWINGS, OVERTIME, SPECIAL WORKING HOURS OR WEEKEND WORK, WINTER PROTECTION OR HEATING OR PAYING OF ITEMS. INTERIOR CAULKING FROM DRYWALL TO ALUMINUM FRAMES, FINAL KEYING AND CYLINDERS AND INSTALLATION OF ARE GENERAL CONTRACTORS RESPONSIBILITY. We Propose hereby to furnish material and labor — complete in with above specifications for the sum of: THIRTY-ONE THOUSAND THREE HUNDRED AND 00/100 Payment to be made as follows: NET 30 DAYS FROM INVOICE DATE Dollars $ 31,300.00 All material is guarantccd to be as specified. All work to be completed in a substantial workmanlike manner according to specifications submitted, per standard practices. Any alteration or deviation Brandon Montross from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon strikes, Authorized B rancion. Ma -nit -row accidents or delays beyond our control. Owner to carry fire, tornado, and other necessary Insurance. Signature Our workers arc fully covered by Workmen's Compensation Insurance. Note; This proposal may be withdrawn by us if not accepted within 30 days. draitearee 4 noftekkie The above prices, specifications, materials, labor and conditions arc satisfactory and arc hereby accepted. By signing this proposal, the signer fully understands and accepts full responsibility and liability of this proposal. This authorization is to complete the work as specified above and payment will be made as agreed and outlined above. Date of Acceptance Signature Contract F Entity Information Entity Name* TCC CORPORATION Entity ID* @00034361 ❑ New Entity? Contract Name* Contract ID CHASE BUILDING EAST ENTRANCE REPLACEMENT 8772 Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Parent Contract ID Requires Board Approval YES Department Project # Contract Description* INSTALL A NEW ENTRANCE AT THE EAST SIDE OF THE CHASE BUILDING TO REPLACE THE ONE THAT WAS REMOVED. 2023-1451 Contract Description 2 Contract Type* CHANGE ORDER Amount* $45,533.18 Renewable* NO Automatic Renewal Grant IGA Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 10/12/2024 GROUNDS 10/16/2024 Department Email CM- BuildingGrounds@weld.go Department Head Email CM-BuildingGrounds- DeptHead@weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COUNTYATTORNEY@WEL D.GOV Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in 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 Approval Process Department Head Finance Approver Legal Counsel PATRICK O'NEILL CHERYL PATTELLI BYRON HOWELL DH Approved Date Finance Approved Date Legal Counsel Approved Date 10/10/2024 10/10/2024 10/10/2024 Final Approval BOCC Approved Tyler Ref # AG 101624 BOCC Signed Date Originator CNAIBAUER BOCC Agenda Date 10/16/2024 eoni-vael-O-1(pcp I BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Chase Building 3R° Floor renovation Change Order DEPARTMENT: Facilities DATE: 11/29/2023 PERSON REQUESTING: Curtis Naibauer Brief description of the problem/issue: After construction was started on the Chase building, the public defenders office located on the third floor decided to leave the building. This left the third floor available for probation and the sixth floor could then be used for Human Services — Child Support Services. The sixth, seventh and second floors required minor changes. The third floor will require some wall changes and electrical changes as well as patching and painting for the entire floor. What options exist for the Board? 1. Deny the request for the change order. 2. Approve change order for the additional requested work. Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): A complete cost breakdown is attached. Recommendation: Add change order to upcoming agenda for approval of the additional requested work. Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: Perry L. Buck, Pro-Tem Mike Freeman, Chair Scott K. James Kevin D. Ross Lori Saine e ' 0 2/II / Sant q tax1107vi c&) zoZ3- (L151 Bei 00 75 Karla Ford From: Sent: To: Cc: Subject: Approve Sent from my iPhone Mike Freeman Wednesday, November 29, 2O23 9:52 AM Karla Ford Perry Buck; Lori Saine; Scott James; Kevin Ross Re: Please Reply - Chase renovation change order 42 cpass around On Nov 29, 2023, at 9:35 AM, Karla Ford <kford@weld.gov>wrote: Please advise if you support recommendation and to have department place on the agenda. Karla Ford X Office Manager, Board of Weld County Commissioners 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford@weldgov.com :: www.weldgov.com **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m. ** <imageOO1.jpg> Confidentiality Notice: This electronic transmission and any attached documents or other writings ore 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: Curtis Naibauer <cnaibauer@weld.gov> Sent: Wednesday, November 29, 2O23 9:29 AM To: Karla Ford <kford@weld.gov> Subject: Chase renovation change order #2 cpass around Karla, I am attaching a pass around for the Chase Building renovation. Please let me know if I have missed something or if there is anything else I need to do for this. Curtis Naibauer Interim Director Weld County Facilities Department 11O5 H Street P.O. Box 758 Greeley, CO 80632 P: 97O.4OO.2O27 F: 97O.3O4.6532 cnaibauer@weldgov.com <Chase 3RD Floor renovation pass around.pdf> Karla Ford From: Sent: To: Cc: Subject: Approve Thank you Sent from my iPhone Perry Buck Wednesday, November 29, 2023 9:53 AM Mike Freeman Karla Ford; Lori Saine; Scott James; Kevin Ross Re: Please Reply - Chase renovation change order #2 cpass around On Nov 29, 2023, at 9:51 AM, Mike Freeman <mfreeman@weld.gov>wrote: Approve Sent from my Phone On Nov 29, 2023, at 9:35 AM, Karla Ford <kford@weld.gov>wrote: Please advise if you support recommendation and to have department place on the agenda. Karla Ford s Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford@weldgov.com :: www. weldgov. com **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** <image001. jpg> 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: Curtis Naibauer <cnaibauer@weld.gov> Sent: Wednesday, November 29, 2023 9:29 AM To: Karla Ford <kford@weld.gov> Subject: Chase renovation change order #2 cpass around Karla, I am attaching a pass around for the Chase Building renovation. Please let me know if have missed something or if there is anything else I need to do for this. Curtis Naibauer Karla Ford From: Sent: To: Cc: Subject: Approve ** Sent from my iPho** Scott James Wednesday, November 29, 2O23 10:21 AM Karla Ford Mike Freeman; Perry Buck; Lori Saine; Kevin Ross Re: Please Reply - Chase renovation change order #2 cpass around Scott K. James Weld County Commissioner, District 2 115O 0 Street, P.O. Box 758, Greeley, Colorado 80632 97O.336.72O4 (Office) 97O.381.7496 (Cell) 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. On Nov 29, 2023, at 9:35 AM, Karla Ford <kford@weld.gov>wrote: Please advise i- you support recommendation and to have department place on the agenda. Karla Ford X Office Manager, Board of Weld County Commissioners 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kford(a)weldgov.com :: www.weldgov.com **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** <image001.jpg> 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 hove received this communication w, 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: Curtis Naibauer <cnaibauer@weld.gov> Sent: Wednesday, November 29, 2023 9:29 AM 1 Karla Ford From: Sent: To: Cc: Subject: Approve Kevin Ross Kevin Ross Wednesday, November 29, 2023 10:32 AM Scott James; Karla Ford Mike Freeman; Perry Buck; Lori Saine Re: Please Reply - Chase renovation change order #2 cpass around From: Scott James <sjames@weld.gov> Sent: Wednesday, November 29, 2023 10:21:23 AM To: Karla Ford <kford@weld.gov> Cc: Mike Freeman <mfreeman@weld.gov>; Perry Buck <pbuck@weld.gov>; Lori Saine <Isaine@weld.gov>; Kevin Ross <kross@weld.gov> Subject: Re: Please Reply - Chase renovation change order #2 cpass around Approve ** Sent from my iPhone ** Scott K. James Weld County Commissioner, District 2 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 970.336.7204 (Office) 970.381.7496 (Cell) 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. On Nov 29, 2023, at 9:35 AM, Karla Ford <kford@weld.gov>wrote: Please advise if you support recommendation and to have department place on the agenda. Karla Ford A Office Manager, Board of Weld County Commissioners 1150 0 Street, P.O. Box 758, Greeley, Colorado 80632 1 Karla Ford From: Sent: To: Subject: Lori Saine Wednesday, November 29, 2023 12:57 PM Karla Ford RE: Please Reply - Chase renovation change order #2 cpass around Mark me down as some questions. 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@weldgov.com Website: www.co.weld.co.us In God We Trust 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: Wednesday, November 29, 2023 9:36 AM To: Mike Freeman <mfreeman@weld.gov>; Perry Buck <pbuck@weld.gov>; Lori Saine <Isaine@weld.gov>; Scott James <sjames@weld.gov>; Kevin Ross <kross@weld.gov> Subject: Please Reply - Chase renovation change order #2 cpass around Importance: High Please advise if you support recommendation and to have department place on the agenda. Karla Ford X Office Manager, Board of Weld County Commissioners 1150 O Street, P.O. Box 758, Greeley, Colorado 80632 :: 970.336-7204 :: kfordaweldgov.com :: www.weldgov.com :: **Please note my working hours are Monday -Thursday 7:00a.m.-5:00p.m.** 1 November 28, 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: Curtis Naibauer Subject: Chase Renovation - Change Order #2- 2023-1451 After the contract was awarded and work had begun there was a change of use for the third and sixth floors. Originally the sixth floor was being renovated to house the Probation Department. When it was discovered that the Public Defenders office was going to vacate the third floor, it was decided to move the Probation Department to the second and third floors. Human Services Child Support Services was in need of additional space, and it was decided to give them the sixth floor. Changes from the original plans were required to accommodate the needs of Child Support Services on this floor. The second and seventh floors also required some minor changes that were required for IT infrastructure and cooling. The third floor was not originally part of the construction in the building. This floor needs to be renovated to meet the needs of the Probation Department. Therefore, the Facilities Department is recommending approving this Change Order in amount of $377,231.15. If you have any questions, please contact me at extension 2027. Sincerely, Curtis Naibauer Interim Director CHANGE ORDER # 2 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND TCC CORPORATION Date: November 20, 2023 Original Agreement: Weld County document no. 2023-1451 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: $ 5,598,005.00 $ 5,214.44 $ 377,231.15 $ 5,980,450.59 Original Contract Amount Previously Approved Change order(s) Amount Current Change Order Amount New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: C Name: Brian Crownover Title: Vice President ATTEST: � •JeL •"' Weld • my Clerk to the oard BY: Date 12/4/23 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO ike Freeman, Chair EC 1 1 223 o2OO7 ,4L / Exhibit A -Change Order #2 TCC Corporation 609 Gyrfalcon Ct, Unit D Windsor, CO 80550 TITLE: 2nd, 6th, 7th, 3rd Floor Changes PROJECT: WC Chase Bldg Reno TO: Will Hopkins Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST REQUEST FOR CHANGE No. 2 Phone: 970-460-0583 Fax: 970-460-0871 DATE: JOB: CONTRACT NO: 11/08/2023 2322 Change Order per revised floor plans for the 2nd, 6th and 7th floors, and the addition for work on the 3rd floor. Description I Amount See detailed breakdown General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $313,440.45 $19,600.00 $938.55 $1,622.09 $8,326.01 $33,304.05 Total $377,231.15 APPROVAL: By: By: Will Hopkins Brian Crownover Date: Date: QUALITY•IN TEGRITY'DEPENDABILITY TCC Corporation 609 Gyrfalcon Court, Unit D Windsor, CO 80550 (970) 460-0583 November 28, 2023 To: Weld County Attn: Will Hopkins Project: Weld County Chase Re: RFC #2 — General Conditions Breakdown As requested, below is a breakdown of the General Conditions within RFC #2 for Weld County Chase: Superintendent: $6,500.00 Project Manager: $3,500.00 Project Coordinator: $1,850.00 Additional Cleaning: 18,000 sgft @$0.25/sqft: $4,500.00 Additional Dumpsters: (5) @$650 each: $3,250.00 Thank you, Brian Crownover Project Manager TCC Corporation (970) 371-8404 bcrownover@tcccorp.net Page 2nd Floor Changes E-12 E-12 E-12 E-12 E-11 M-4 M-4 M-4 M-2 M-1 M-1 A-51 A-12 A-13 A-12 Change Controaor 6thrth Floor Cha ito E-52 E-52 E-52 E-31 E-31 E-31 E-31 E-31 E-31 E-31 E-31 E-21 E-21 E-21 M-4 M-4 M-4 M-4 M-4 M-4 M-2 M-1 M-1 M-1 M-1 M-1 A-23 Panel RD - Breaker increase from 20 amp to 30 amp Added 30amp outlet 258B Added outlet in IT 2588 Added card reader for IT 258B - need conduit Added DS in IT 258 Added new VAV-2-17 - CFM lowered Added new VAV-2-35 Added new VAV-2-36 Added (1) new diffuser and (1) return in 2588 Added (2) new diffusers and (1) return Remove hydronic radiator in IT/I0F room Added door/frame/hardware 258N (electric strike, exit sensor, DPI) Paint added drywall and door frame Grid changes (no cost) Added wall between 258A & 258B Breaker 12 - Decrease from 25 to 20 amp Added Breaker 24 -15 amp Added Breaker 26 -15 amp Conference Room Area - Removed (6) outlets Added conduit for card reader - Corridor 604 Removed (3) outlets Office 618 Removed (1) outlet in IT/IDF 613 Removed wand cabinet outlet Added (1) data in Conf. 645 Removed (3) outlets in Conf. 645 Added conduit for card reader - Corridor 603 Removed (1) troffer Removed (3) occupancy sensors and(3) wall switches (Conf. 614) Removed (1) occupant' sensor and (1) wall swtich (Conf. 645) VAV 6-2 decreased size (units already ordered) VAV 6-18 decreased size (units already ordered) Added VAV 6-24 - Need power too Added VAV 6-25 - Need power too Added VAV 6-26 - Need power too Added VAV 7-16 - Need power too Added (2) diffusers and (1) return IT/IDF 721 Added (2) diffusers and removed (2) returns Conf 614 Added (1) diffuser and (1) return in Cooridor 614 Added (2) diffusers and (1) return 13/113 613 Added (1) diffuser and removed (1) return in Cont. 645 Added (1) return in Corr. 603 Grid changes (no cost) Southpaw Southpaw Southpaw Southpaw Southpaw Frontier Mech Frontier Mech Frontier Mech Frontier Mech Frontier Mech Frontier Mech Collins Molecular 89 B9 Southpaw Southpaw Southpaw Southpaw Southpaw Southpaw Southpaw Southpaw Southpaw Southpaw Southpaw Southpaw Southpaw Southpaw Frontier Mech Frontier Mech Frontier Mech/Southpaw Frontier Mech/Southpaw Frontier Mech/Southpaw Frontier Mech/Southpaw Frontier Mech Frontier Meth Frontier Mech Frontier Mech Frontier Mech Frontier Mech Frontier Mech A-22 A-22 A-22 A-22 3rd Boor Changes A-1 A-1 A-1 A-1 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 A-2 M -4/M-5 M -4/M-5 M -4/M-6 M-5 M-5 M-5 M-6 E-1 E-1 E-1 E-1 E-1 Modify walls for already being framed before changes - No cost Drywall existing Restrooms and patch 5th floor ceiling Add 604 door electric strike Added 603 door electric strike Fire alarm changes 89 Interiors 89 Interiors Collins Door Collins Door Phillips Admin 302 - Demo Existing Casework TCC All Areas - Remove existing carpet/base Midwest Demolition All Areas - Patch/Repair drywall B9 Interiors Meeting 328 - Demo section of wall for new opening TCC Waiting 301- Frame/Drywall New Wall B9 Interiors All areas - Paint new and existing walls Molecular All areas- Paint new and existing doorframes Molecular Waiting 301- (2) New storefront frames/windows for pass-thru Glass Doctor Waiting 301- (1) glazing for sidelite door Glass Doctor Waiting 301- New H.M. frame w/sidelite Collins Waiting 301- New 3 x 7 wood door Collins Waiting 301- 1 set of hardware (storeroom lockset, card reader, and electric strike) Collins Waiting 301- Conduit for card reader/electric strike Southpaw Waiting 301- Rework ceiling grid for new wall 09 Interiors Waiting 301- New solid surface countertop with brackets Woodco Waiting 301- Provide and install storefront frame and glazig 16" x 34" in wall Glass Doctor IT Room (North of Elevators) -1 set of hardware (storeroom function Iodises, card reader, and electric Collins IT Room (North of Elevators) - Conduit for card reader/electric strike Southpaw Meeting 328 - (1) glazing for sidelite door Glass Doctor Meeting 328 - New H.M. frame w/sidelite Collins Meeting 328 - New 3 x 7 wood door Collins Meeting 328 - 1 set of hardware (office function Iockset) Collins New 1" mini blinds Blind Shine New window film Glass Doctor Qty. (19) - Cut in 16"x16" opening in existing wood doors TCC Qty. (19) - Door lite kit Collins Qty. (19) - 16"x16" door glazing Glass Doctor Added VAV 3-1 including associated ductwork, diffusers, and controls Frontier Mech Added VAV 3-2 including associated ductwork, diffusers, and controls Frontier Mech Added VAV 3-3 including associated ductwork, diffusers, and controls Frontier Mech Note 1 - Remove existing hydronic radiator.... Frontier Mech Note 2 - Remove existing ceiling diffuser.... Frontier Mech Note 4 - Remove existing diffuser Frontier Mech Note 1- Remove existing ceiling diffuser.... Frontier Mech Waiting 301. Power for VAV 3-2 Southpaw Meeting 328 - Power for VAV 3-3 Southpaw IT Room - Power for VAV 3-1 Southpaw Admin 302 - Outlets / Data Southpaw IT Room - 30A twistlock plug Southpaw X 13,056.28 284.00 2,780.00 225.00 27,600.00 12,374.62 300.00 76,818.0D 10,260.00 7,917.00 X X 4,430.00 X X X X 445.00 2,608.00 X X X X x 6,947.05 X X X X Admin 302 • Connect existing lights to existing switch Southpaw X TOTAL $ 313,440.45 Contract Form Entity Information Entity Name * TCC CORPORATION Contract Name * CHASE RENOVATION (2023-1451) Contract Status CTB REVIEW Contract Description * CHANGE ORDER # 2 Contract Description 2 Entity ID* @00034361 Q New Entity? Contract ID 7661 Contract Lead * SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 1 2/07/2023 GROUNDS 12/11/2023 Amount* $377,231.15 Department Email Will a work session with BOCC be required?* CM- NO Renewable* BuildingGrounds@weldgo NO Does Contract require Purchasing Dept. to be v.com included? Automatic Renewal Department Head Email YES CM -Build ingGrounds- Grant DeptHead@weldgov.com Bid/RFP #* B2300107 County Attorney IGA 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 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* 12/02/2024 Committed Delivery Date Renewal Date Expiration Date* 12/02/2024 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 12/05/2023 Approval Process Department Head Finance Approver Legal Counsel CURTIS NAIBAUER CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 12/05/2023 12/05/2023 12/05/2023 Final Approval BOCC Approved Tyler Ref # AG 121123 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 12/11/2023 Con-fvad- t�4 October 2, 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: Chase Renovation — Change Order # 1- 2023-1451 TCC Corporation was awarded the bid to renovate the 1St, 2nd, 6th and 7th floors of the Chase building. During construction it was discovered that all plumbing fixtures, including flush valves for all existing water closets (toilets); urinal and corresponding flush valves on all 3 floors need to be replaced. The quote to replace these fixtures is $5,214.44. Facilities Department is recommending the change order in the amount of $5,214.44. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director CohnopA0- /0/9/723 2023-151 t0/9/2,3 OUZ5 r 1 CHANGE ORDER # 1 TO SERVICE AGREEMENT BETWEEN WELD COUNTY AND TCC CORPORATION Date: October 2, 2023 Original Agreement: Weld County document no. 2023-1451 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: $ 5,598,005.00 $ 0.00 $ 5,214.44 $ 5,603,219.44 Original Contract Amount Previously Approved Change order(s) Amount Current Change Order Amount New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: Name: Brian Crownover Title: Vice President ATTEST: ,./W,dc 1,i G gi deo;ti Weld C•u ty Clerk to the : oard BY: Date 10/2/23 BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Deputy CI ak to t e Bo :f'.` may- Freeman, Chair age 1ofl OCT 0 9 2323 ,0,D3- <Lt 51 Exhibit A -Change Order # 1 TCC Corporation 609 Gyrfalcon Ct, Unit D Windsor, CO 80550 Phone: 970-460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 1 TITLE: RFI #15 Fixture Replacement PROJECT: WC Chase Bldg Reno TO: Will Hopkins Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 09/25/2023 2322 Change Order per RFI #15 for fixture replacement costs as recommended including replacement of flush valves for all existing water closets (toilets); urinal and corresponding flush valves replacement on all 3 floors for existing mens restrooms remodel. Description I Amount RFI #15 for fixture replacement costs as recommended including replacement of flush valves for all existing water closets (toilets); urinal and corresponding flush valves replacement on all 3 floors for existing mens restrooms remodel. General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $4,143.10 $460.50 $12.97 $22.42 $115.09 $460.36 Total $5,214.44 APPROVAL: By: By: Will Hopkins Date: Date: Brian Crownover MADDISON MECHANICAL, INC PROPOSED CHANGE ORDER 9/21/2023 Project #: 23-0025 Project Name: Weld County Probation / TCC Corp Address: 822 7th Street Greeley, Colorado 80631 MM CO#: 2 RE: RFI 16 Recommended Existing Fixture Replacements Firs 2, 6 & 7 Maddison Mechanical, Inc. has reviewed the above referenced change(s) and we have determined that our work is impacted as follows: Net Amount of this Proposed Change: Schedule Impact: Proceed with proposed work: Response due date: $4,143.10 TBD No 10 Days This proposal is based on the Terms and Conditions as follows: Description of work/Inclusions: Fixture replacement costs as recommended including replacement of flush valves for all existing water closets (toilets); urinal and corresponding flush valves replacement on all 3 floors for existing mens restrooms remodel. NOTE: PM and Superintendent time is directly related to inspection, identification and proposal costs. Specific Exclusions: 1) Engineering 2) Painting 3) Electrical 4) Concrete or Patchwork 5) Coring/Penetration/Fire Caulking 6) Anything not specifically listed as included If you have any questions, please contact Maddison Mechanical, Inc. as soon as possible. This proposal remains in effect for 10 days. Sincerely, 4vvcbe'^Cy Cewatie-r-Stichter Project Manager CHANGE ORDER SUMMARY SHEET Weld County Probation / TCC Corp Date: 9/21/2023 MM Job #: 23-0025 CO #: 2 Description: RFI 16 Recommended Existing Fixture Replacements Firs 2, 6 & 7 Labor: Materials: Job Expenses: Equipment: Subcontractors: Plumber Hrs. Plumber Hrs. OTP Pipe Fitting Hrs. Pipe Fitter Hrs. OTP Sheetmetal Hrs. Sheetmetal Hrs. OTP 3.0 Supervision Service Tech 1.0 Proj. Manager Proj. Engineer Assist. PM CAD Designer Subtotal Material Costs Deliv/Freight to Site Sales Tax Subtotal Small Tools Consumables Safety As-Builts Warranty Subtotal Job Truck Core Drill Material Hoist Man Lift Subtotal Insulation Temp Controls Test and Balance Excavation and Backfill Fire Stopping Subtotal $85.00 $30.20 $95.00 $30.20 $71.00 $30.20 $105.00 $125.00 $115.00 $70.00 $85.00 $107.50 @ 0.00% 5.0% 3.0% 3.0% 3.0% 3.0% $0 $0 $0 $0 $0 $0 $315 $0 $115 $0 $0 $0 $3,084 $0 $0 $22 $13 $13 $13 $13 $0 $0 $0 $0 $0 $0 $0 $0 $0 $430 $3,084 $73 $0 $0 CHANGE ORDER SUMMARY SHEET Weld County Probation / TCC Corp Recap: Labor Materials Job Expenses Equipment Subcontractor Permits Subtotal Overhead Subtotal Profit Subtotal Bonds $430 $3,084 $73 $0 $0 $0 $3,587 10.0% $359 $3,946 5.0% $197 $4,143 $4,143 0.0% $0 TOTAL CHANGE ORDER $4,143 WE REQUEST 1 Day ADDITIONAL TIME FOR COMPLETION OF THIS WORK Notes & Exclusions: 1) This price is based on normal working hours. 2) This price is based on release of order within 10 days. Maddison Mechanical, Inc. Change Order Takeoff Project #: 23-0025 Project Name: Weld County Probation / TCC Corp Description: RFI 16 Recommended Existing Fixture Replacements Firs 2, 6 & 7 CO#: 2 Date: 9/21/2023 Qty Description Unit Material Total Material 3 Men's Urinal Replacement for 1 ea on firs 2,6 &7 584.00 1,752.00 including urinal, product specific carrier and flush valve (top spud). 9 Manual Water Closet flush valves (1 1/2") to 148.00 1,332.00 replace all 3 toilet flush valves on floors 2, 6 & 7 to ensure proper functioning upon reinstall of WC's All valves and fixtures noted above are matched to approved submittal fixtures. TOTAL:® $ 3,084 Contract Form Entity Information Entity Name * TCC CORPORATION Contract Name * CHASE RENOVATION (2023-1451) Contract Status CTB REVIEW Entity ID* @00034361 Contract Description * CHANGE ORDER # 1 -PLUMBING FIXTURES Contract Description 2 Q New Entity? Contract ID 7455 Contract Lead * SGEESAMAN Contract Lead Email sgeesaman@co.weld.co.0 s;Iredfern@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date CHANGE ORDER BUILDINGS AND Date* 10/05/2023 GROUNDS 10/09/2023 Amount* $5,214.44 Department Email Will a work session with BOCC be required?* CM- NO Renewable * BuildingGrounds@weldgo NO Does Contract require Purchasing Dept. to be v.com included? Automatic Renewal Department Head Email YES CM-BuildingGrounds- Grant DeptHead@weldgov.com Bid/RFP #* B2300107 County Attorney IGA 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 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* 12/27/2023 Committed Delivery Date Renewal Date Expiration Date* 12/31/2023 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 10/03/2023 Approval Process Department Head Finance Approver Legal Counsel TOBY TAYLOR CHERYL PATTELLI BRUCE BARKER DH Approved Date Finance Approved Date Legal Counsel Approved Date 10/02/2023 10/03/2023 10/03/2023 Final Approval BOCC Approved Tyler Ref # AG 100923 BOCC Signed Date Originator SGEESAMAN BOCC Agenda Date 10/09/2023 Con-FvacF I 7089 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY & TCC CORPORATION CHASE BUILDING RENOVATION PROJECT THIS AGREEMENT is made and entered into this 20th day of June , 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 (RFB) as set forth in Bid Package No. B2300107. Exhibit B consists of Contractor's Response to County's Request for Bid. 2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the Work and agrees to diligently provide all services, labor, personnel and materials necessary to perform and complete the Work described in the attached Exhibits. Contractor shall faithfully perform the Work in accordance with the standards of professional care, skill, training, diligence and judgment provided by highly competent Contractors performing construction services of a similar nature to those described in this Agreement. Contractor shall further be responsible for the timely completion and acknowledges that a failure to comply with the standards and requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. c&:,10 nnseHorricip,Z3/ 7/ a 3 20l3 — 1L51 a3C-� 0025 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 $5,598,005.00, as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees 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. 1) 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. 18. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Ernie Crownover Position: Address: 609 Gyrfalcon Court, Unit D Address: Windsor, CO 80550 E-mail: ecrownover@tcccorp.net Phone: 970-460-0583 County: Name: Toby Taylor Position: Facilities Director Address: 1105 H Street Address: Greeley, CO. 80632 E-mail: ttaylor@weldgov.com Phone: 970-400-2021 19. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 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 §§24-10-101 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 be an 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 E -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 an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. Contractor shall not use E -Verify Program or State of Colorado program procedures to undertake pre -employment screening or job applicants while this Agreement is being performed. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days after hiring 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 be liable for actual and consequential damages. Except where exempted by federal law and except as provided in C.R.S. § 24-76.5-103(3), if Contractor receives federal or state funds under the contract, Contractor must confirm that any individual natural person eighteen (18) years of age or older is lawfully present in the United States pursuant to C.R.S. § 24-76.5-103(4), if such individual applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. § 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. § 24-76.5-103 prior to the effective date of the contract. 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 Corporation By: Name: Brian Crownover Title: Vice President WELD COUNTY: ATTEST: GO •vi Weld u tv lerk to th : oard 6/20/23 Date of Signature BOARD OF COUNTY COMMISSIONERS WEL LINTY, CO 'g ' DO k, Pro-Tem JUL 0 5 2023 0Z0,2,3- 7,-/5/ REQUEST FOR BID WELD COUNTY, COLORADO 1150 0 STREET Exhibit A GREELEY, CO 80631 DATE: APRIL 6, 2023 BID NUMBER: B2300107 DESCRIPTION: CHASE BUILDING RENOVATION DEPARTMENT: FACILITIES MANDATORY PRE -BID: APRIL 19, 2023 BID OPENING DATE: MAY 3, 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: CHASE BUILDING RENOVATION A mandatory pre -bid conference will be held on April 19, 2023 at 9:00 AM at the Chase Building located at 822 71h Street, Greeley, CO 80631. Meet in the lobby at the main entrance in front of the elevators. Bidders must participate and record their presence at the pre -bid conference to be eligible to submit bids. Bids will be received until: May 3, 2023 at 9:00 AM (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on May 3, 2023 at 9:30 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 Administration Building, Fort St. Vrain Meeting Room, 1150 0 Street, Greeley, CO 80631. Phone number: 720-439-5261 Phone Conference ID: 334 721 640# 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. 2. INVITATION TO BID: Weld County requests bids for the above -listed merchandise, equipment, and/or services. Said merchandise and/or equipment shall be delivered to the location(s) specified herein. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect Weld County to pay if awarded the bid. You can find information concerning this request on the BidNet Direct website at httbs://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@sweldgov.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. AU 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 #B2300107 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 n or 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 u nderstanding, 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 o r 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 u nder 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, tie parties agree that Weld County shall not be liable to or responsible for the payment of attorney fees anditor legal costs incurred by or on behalf of the successful bidder. BID REQUEST #82300107 Page 3 I. Disadvantaged Business Enterprises: Weld County assures that disadvantaged business enterprises will be afforded full opportunity to submit bids in response to all invitations and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. J. 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 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. N. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the subject Project during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Project. The successful bidder shall require each subcontractor. as approved by County and to the extent of the Services to be performed by the subcontractor, to be bound to the successful bidder by the terms of this Agreement, and to assume toward the successful bidder all the obligations and responsibilities which the successful bidder, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by the successful bidder and the successful bidder shall cooperate in such process. The successful bidder shall be responsible for the acts and omissions of its agents; employees and subcontractors. O. Warranty: 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 #B2300107 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 or hold any such position which either by rule, practice or action nominates, recommends, supervises the successful bidder's operations, or authorizes funding to the successful bidder. T. Severability: If any terry or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. U. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra- judicial body or person. Any provision to the contrary in the contract or incorporated herein by reference shall be null and void. V. 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. 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 #B2300107 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, o missions, 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 o missions 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, o r 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 #62300107 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 #82300107 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 #B2300107 Page 8 SCOPE OF WORK Weld County Chase Building Renovation PROJECT OVERVIEW: Weld County is seeking lump sum bids for a multi floor renovation and electrical service upgrade at the Chase Building. The Chase Building is located at 822 7`1' Street, Greeley, Colorado. METHOD OF PROCUREMENT: Request for Bid (REB): 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 SCOPE: The scope of this project is for the complete renovation of the second, and sixth floor, and partial renovation of the first, and seventh floors including a complete electrical service upgrade for the entire Chase building. This will include all work as outlined in the provided documents. This project will need to be completed during non -working hours so as not to disturb the normal business of the building occupants. I. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments outlined above. This will include but not be limited to all labor, materials, and equipment to complete the total scope of work. It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided. PROJECT DOCUMENTS: Attachment A: Weld County Contract Documents Attachment B: Project Documents — Partial Floor Plans Attachment C: Project Documents — Partial Floor Plans Attachment D: Asbestos Reports PROJECT SPECIFIC TERMS AND CONDITIONS: 1. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and 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 (Request for Information) 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. BID REQUEST #62300107 Page 9 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. Contractor and their representatives will need to park on the streets surrounding the building. All associated costs for parking will be the responsibility of the contractor. 6. During all phases of the project the building will be open for business. Due to this most work will need to be completed after hours. Some operations will be allowed during the day but must be approved by the County in writing prior to any work commencing during normal operations. Typical business hours are from 7:00 am to 5:30 pm Monday through Friday. 7. Contractor will only have access to the designated construction areas outlined in the project documents. No additional storage or staging areas will be available. 8. 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. 9. Any use of space outside of the building will need to be coordinated through the City of Greeley. This will include but not be limited to any sidewalk closures, street closures or parking spaces used for staging areas or trash dumpsters. Weld County has no jurisdiction to approve any use of the right of ways around the building. All permits and any fees for these permits will be the responsibility of the contractor. 10. 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. 11. 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. 12. It is the contractor's responsibility to ensure all system operations that are needed for normal function of the building remain fully operational and functional. These systems would include but not limited to HVAC systems and controls, access controls, plumbing, lighting and power. Any system or utility will need to be coordinated with the appropriate personnel prior to the system being shut down, even if only momentarily. 13. Throughout all construction phases the HVAC system must stay fully functional and operable. The bank on the first floor has supply and return that is fed from the second -floor ducting. The 7th floor will remain partially occupied during construction. The occupied space is fed off of the ducting system that is being partially removed for the renovation of the 7th floor. Where E-IVAC systems are being demoed it is the contractor's responsibility to provide dampers so existing occupied spaces climate control stays fully functional and operational. This cost shall be included in the contractors bid. 14. During construction the restrooms on either the 6th or 7th floor must stay operational for use by existing building occupants on the 7th floor. At no time will both the 6th and 7th floor restrooms be allowed to be nonoperational at the same time. 15. Weld County Chase building HVAC system operates on Delta Controls through SetPoint and is currently operating on version 4.2. This cost and coordination are the responsibility of the contractor and is to be included in the contractors bid. Control point minimum requirements are as follows. BID REQUEST #B2300107 Page 10 VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Thermostats Manually adjust temperatures Digital display Display room temperature Display setpoint Shall control area FPB or VAV FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control EleatOn Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off 16. Contractor will be responsible for providing a complete test and balance report before and after install of new mechanical system(s). This also includes a complete hydronic test and balance report before and after install of the HVAC system. 17. Per the provided documents the contractor is responsible for providing a fully functional fire alarm system per all local, state, and federal laws or regulations. This will be tied into the existing building fire alarm system. Contractor will be responsible for all associated cost for design, engineering, procurement, install, and any associated fees to provide a fully operational fire alarm system. 18. During construction, the work areas will be able to be accessed by the stairs and elevators. Contractor will be responsible for all temporary partitions or barricades as needed to keep people out of the construction area. Additional temporary partitions will be needed on the first and seventh floors since they will be partially occupied during construction. 19. Use of existing building elevators for moving equipment and materials will be allowed as long as the weights do not exceed the elevator limits. Contractor will provide protection for the cab interiors whenever the elevators are being used. Cab protection must be removed at the end of every work period BID REQUEST #82300107 Page 11 and re -installed at the beginning of the next work period. Any damage done to the elevators will be repaired at the contractor's expense. 20. Contractor will have access to the garage on the North side of the building for bringing materials and equipment into the elevator. At no time is the garage man -door or garage door to be left open. Contractor must have a representative securing this entrance point anytime that it is in use. 21. Contractor is responsible for any temporary lighting or power that may be needed to complete the scope of work throughout construction. OWNER PROVIDED NOT IN CONTRACT (NIC): 1. All carpeting will be provided by the owner and is NIC. 2. All rubber cove base in carpeted areas will be provided by owner and is NIC. All base in areas with other types of floors will be provided and installed by the contactor. 3. All bathroom and breakroom soap, paper towels, and tissue paper dispensers will be provided by the owner and is NIC. 4. All appliances shown on the provided project documents in the break rooms will be provided by the owner and is NIC. 5. Install of owner provided equipment will be done by the owner and is not to be included in this scope of work. 6. All systems furniture will be owner provided and is NIC. 7. Access control will be provided by the owner and is NIC. Contractor is responsible for all pathways and rough ins as shown in the project documents. 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. ASBESTOS ABATEMENT: 1. Contractor will be responsible for all abatement requirements for this project per the asbestos testing reports on Attachment B. This includes but is not limited to all associated Labor, Materials, and Equipment that will be needed to remove any known contaminated materials safely and legally as noted on attachment B and legally dispose of. 2. Contractor will be responsible for all applicable permits and fees required by Federal, State, County, and local authorities. 3. Contractor will be responsible for all required reporting and documentation required by any Federal, State, County and Local authorities. 4. Testing samples were taken from occupied and unoccupied areas throughout the project area. Some positive samples as noted in attachment B are the insulation wrap/cladding on the existing ductwork that is to be removed during construction. 5. The existing ventilation system on the second -floor services the bank on the first floor. During the abatement process this airway will need to remain fully functional and must be protected against any potential debris or hazardous materials that could become airborne and infiltrate the ventilation system. PROJECT CLOSE OUT: 1. 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. 2. Contractor will provide all manufacturer's warranty documentation for all equipment. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. 4. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. BID REQUEST #82300107 Page 12 5. 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. 6. 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 damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. 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. 3. Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Building Permit. Please note that the Weld County Building Department does not complete inspections during off hours. The contractor will be responsible for having a qualified representative on site for any inspection. 4. All electrical work will be done by a qualified State Licensed electrician. 5. All plumbing work will be done by a qualified State Licensed plumber. 6. All mechanical work will be done by a qualified State Licensed technician. 7. 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. 8. All lifting and hoisting equipment shall be provided by the contractor as needed. 9. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 10. No bid bond is required for this project. 11. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance and payment bonds must be submitted using an AIA-3 12 bond form. Other bond forms will not be accepted. 12. Contractor will be required to provide Professional Liability Insurance (PIA) and builders risk insurance in the amount of the bid. 13. 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. 14. Weld County is a tax-exempt entity. 15. Davis -Bacon and Buy American requirements are NOT required. 16. Contractor to provide lien releases with each ALA (American Institute of Architects) payment application. 17. Contractor must submit all payment applications in AlA format. 18. Five (5) percent retainage is to be held for the total cost of the project including any additional change orders or increases in cost from original contract. Contractor must show the applicable retainage on each payment application. 19. 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 full project schedule as well as a three week look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. 2. The contractor will host a weekly coordination meeting with all associated contractors, and County representatives. At this time the contractor will provide the three (3) weeks look ahead schedule as well as all applicable updates to the overall project schedule. This will need to be submitted in person at the weekly meeting as well as sent electronically to the County project manager and construction team. 4 BID REQUEST #62300107 Page 13 Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish April 6, 2023 April 6, 2023 April 19, 2023 April 26, 2023 May 3, 2023 May 22, 2023 June 5, 2023 Immediately upon receipt of signed contract April 26, 2024 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being June 5, 2023. Phasing Priority Construction Start Construction Finish Second Floor Renovation Electrical Service Upgrade Sixth Floor Renovation Seventh Floor Renovation First Floor Renovation GENERAL CONDITIONS: Weld County will require the contractor to provide a breakout of all monthly general condition items and their associated costs. This will be used for determining actual cost for claims of delays caused by the owner. This cost shall include but is not limited to all supervision, project management, administrative, equipment, parking, fuel or vehicle expense, or any additional applicable fees and or cost that is associated with the contractor's management and operation of this project. This cost is for additional general conditions, in the case that the project through no fault of the contractor is delayed or extended beyond the contractor's schedule. Any delays in schedule due to the contractor or its representatives will be the contractor's responsibility including all associated cost. Please provide a breakout per the chart below along with your line itemed total monthly general conditions cost. This breakout will only be used in the case of owner delays or if additional scope is added to the project. Contactors Additional Monthly General Conditions Lump Sum Cost: $ BID REQUEST #B2300107 Page 14 GENERAL CONDITIONS MONTHLY BREAKOUT DESCRIPTION LINE MONTHLY -ITEM COST $ $ $ $ $ $ $ $ $ Fee: Provide a breakout of total cost per the table below. DESCRIPTION TOTAL COST Architectural $ Mechanical $ Electrical $ Plumbing $ Other $ Provide your total lump sum cost to complete the project in its entirety. Total Lump Sum Cost $ BID REQUEST #62300107 Page 15 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid deadline of 9:00 AM on May 3, 2023: on or before the bid opening 1) Pages 9 thru 17 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 #B2300107 Page 16 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. #B2300107. 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 (Please print) BUSINESS ADDRESS CITY, STATE, 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 #B2300107 Page 17 ADDENDUM#1 BID REQUEST NO B2300107 CHASE BUILDING RENOVATION 1) Currently B2300107 Mandatory pre -bid was on April 19, 2023 Change Due to the increased inquiry for a secondary pre -bid meeting to allow prime/general contractors and their subcontractors access to the building for further clarification and take offs there will be a non - mandatory pre -bid meeting on May 5, 2023 at 9 00 am at the Chase Building located at 822 7' Street, Greeley, CO 80631 This will only be for prime/general contractors that attended the mandatory pre -bid meeting on 4/19/2023 and their respective subcontractors Bids will not be accepted from prime/general contractors that did not attend and are not recorded on the sign in sheet from the mandatory pre -bid on 4/19/2023 2) Currently Bids are due May 3, 2023 Change Bid date has been changed to May 19, 2023, and additional walkthrough and question dates have been added See revised schedule and due dates below Date of this Bid April 6, 2023 Advertisement Date April 6, 2023 Pre -bid conference April 19, 2023 Bid Questions Due April 26, 2023 Second Pre -bid Conference (New) May 5, 2023 Bid Questions Due (New) May 12, 2023 Bids Are Due (Revised) May 19, 2023 Bid Award Notice (Revised) June 7, 2023 Contract Execution (Revised) June 21, 2023 Project completion April 26, 2024 ***We need signed copy submitted with bid Thank Youi*** Addendum received by FIRM ADDRESS CITY AND STATE BY EMAIL April 27, 2023 Weld County Chase Building Renovation B2300107 - QUESTION & ANSWERS 1. Question: Second floor sheet A31 — Doors and finishes for the first -floor area on this sheet are not on the door schedule. Please add the door and finish information to the respective schedules. Answer: Refer to respective keyed notes for each door on Sheet A-31. 2. Question: Is this the phasing that is required for the Chase Building Renovations? PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being June 5. 2023. Phasing Priority Construction Start _ Construction Finish Second Floor Renovation Electrical Service Upgrade Sixth Floor Renovation Seventh Floor Renovation First Floor Renovation Answer: Yes, this is the phasing or priority for the completion of each floor. Although the contractor may renovate multiple floors concurrently with each other. 3. Question: On A.12 #2 new store front, is that window type A or B? Answer: This storefront infill will need to match existing storefront windows. This detail is for removing the existing storefront door and replacing or infilling the opening with new storefront that matches the existing. Detail 6 elevation B on A-42 shows this. 4. Question: Are we providing signage for each office? Answer: No 5. Question: Will there be corner guards on any of the floors? If so, what are you looking for? Answer: No 6. Question: Just to clarify, the owner is providing all the card readers. Answer: Yes 7. Question: For the fire alarm, do you have a particular company you would like us to use, or can we use any company? Answer: Subcontractor selection is at the sole discretion of the general contractor. 8. Question: Just to clarify, that the walls only go to 6" above ceiling and not to deck? Answer: Refer to A-41 for wall type details in the project documents. 9. Question: A-41 6th and 7th floors is calling out wall type C&D. I do not see those marked in the drawings. Answer: First floor sheet A-11 has wall types C and D. 10. Question: Some sizes are missing on the pipe for mechanical. Example is page M-1 VAV 2-3A supplies on left and right. Answer: These are electric VAV's and duct sizing is provided on the project documents. 11. Question: P1.2 Plumbing pipe is not labeled what type is needed. Answer: Refer to PM.1 piping materials as well as the general notes on all piping floor plans. 12. Question: During each phase will we be able to shut the bathrooms on that floor for the duration of that project? Answer: Refer to Bid Specifications posted on BidNet, Project Specific Terms and Conditions line item 14 which details restroom restrictions for the 6th and 7th floor. 13. Question: Is the glass for the pass through tempered or laminate? Answer: "Tempered 14. Question: Are there any A windows on floors 1- 6 or 7? They are not shown on the plans. Answer: Yes, the pass -through windows between rooms 601 and 602 as well as 701 and 721. 15. Question: Can we extend the bid date for the size of this project? Subs are needing more time for takeoff and supplier quotes. Answer: See addendum 1 16. Question: We have had several contractors reach out to us about getting access to the space. Is it possible to set up a job walk for our subs? Answer: See addendum 1 17. Question: Can the bid date and the RFI deadline be extended a week to allow for an opportunity to walk the site with subcontractors? Answer: See addendum 1 18. Question: Will this project be tax exempt from State sales tax as well as Greeley sales tax Answer: Yes 19. Question: Please confirm that night work will be required at all floors of construction. Answer: Yes 20. Question: Will the contractor be given a staging and laydown area outside of the building area? If so, where should we assume this area to be? Will there be any fees associated with the area? Answer: Weld County has no jurisdiction on the city sidewalks or streets. Any staging area outside of the building will have to be coordinated and permitted through the City of Greeley. AU fees associated will be the responsibility of the contractor and shall be included in the contractors bid. 21. Question: Please confirm that the only access for material deliveries is through the passenger elevators in the lobby as there are no current freight elevators available. Answer: There is not a freight elevator for the building. Contractor will have full access to the garage and the rear entrance to the passenger elevator for material deliveries. 22. Question: Can the sidewalk be closed for a trash chute and dumpster? If so, please specify as to what location. Answer: See question #20 23. Question: Please confirm that we will be responsible for only testing and balancing the work areas and the whole building will not be required to be tested or adjusted. Answer: Refer to project documents for detailed specifications for testing and balancing requirements. HVAC floor plans both General and Sheet Detail notes, as well as the General HVAC Specifications on sheet M-0.1 24. Question: What is the current weight capacity of the existing elevators? Answer: 2500 pounds 25. Question: Will the contractor be required to provide fire watch during sprinkler system modifications at all floors? Answer: The building does not have an existing sprinkler system and the scope of this project does not include adding one. 26. Question: Will the GC be required to use a specific fire sprinkler subcontractor to maintain existing warranties or maintenance requirements? Answer: See question #25 27. Question: What is the current Fire Alarm system manufacturer for the building? Answer: Honeywell Silent Knight 28. Question: The demolition plans currently show all HVAC main trunk lines to be removed all the way up to and within the HVAC Shaft. Please confirm that the main duct branches are to remain in place as shown on the mechanical plans and that no HVAC shaft ducting modifications will be required. Answer: See demolition keyed notes on sheet A-10 (Attachment B) and A-20 (Attachment C) of project documents. Main trunk ductwork is to remain unless noted on the project documents. 29. Question: Please confirm that the existing baseboard heating along the perimeter exterior walls are to remain as is and should not be part of this project. Answer: Typically, yes, unless specified otherwise in the project documents. 30. Question: Can a scissor lift be used during construction on all floors? Is there a weight restriction on each floor? If so, what are the weight restrictions at each floor? Answer: As -built PDF drawings can be provided to the awarded contractor so the contractor can have a structural review completed to determine if a scissor lift or any other machinery car be used on each floor. Contractor must provide the County a stamped letter from a licensed structural engineer stating that the structure will support the weight of any equipment intended to be used prior to putting any equipment on any floor. This coordination and cost will be the sole responsibility of the contractor and shall be included in their bid. 31. Question: Please confirm that no work (upgrades, replacements, or refurbishments) at the mechanical units will be required. Answer: Only what is included and specified on the project documents and or specifications. 32. Question: Page 5 of the bid request requires all bidders to submit with their bids any information pertaining to the equipment upon which the bids are submitted which is to include "detailed equipment specifications to include the warranty" as well as "descriptive literature" Please provide further clarity as to what exact information will be required and for what specific equipment it will be required for. Can this information be to the County at a later date by the awarded contractor instead of at bid time from all bidding contractors. Answer: Equipment specifications and details can be submitted to the County through the submittal process after award as long as all project specifications are met per the project documents and or specifications are met. 33. Question: Does not took like anything to Paint at Exterior — Do you want the Concrete Lintels to Paint? Answer: Concrete or CMU will not be painted. Other exterior surfaces may require factory prefinish or painted in the field per project specifications and documents. 34. Question: Will anything else need to bid for the Exterior? Answer: Refer to project documents there are several areas that are detailed for exterior wall and window modifications or new install. 35. Question: Window types do not call out what Interior windows are HM to field paint. A712 /4/5/6 show details of HM windows. Which window types are Hollow Metal to paint at interior of building? Answer: Refer to A-42 detail 6 for interior window types. Interior windows are aluminum frame with factory finish. Refer to A-61 Room/Color Finish Schedule for hollow metal frames paint color and specifications. Weld County Chase Building Renovation • Secondary Pre -Bid Meeting B2300107 - QUESTION & ANSWERS 1. Question: Can tools and ladders remain on site during construction, and will they be secure? Answer: Yes, it is the contractor's responsibility to secure them within the work areas. 2. Question: Is there any Mechanical on the 1 St floor in regard to demo and reinstall? Answer: Refer to project documents for mechanical requirements. First floor may not have new mechanical equipment but will require removal and reinstall of existing equipment per the project documents. 3. Question: Do you have plans or specs of the old VAV boxes to see if they are a direct replacement? Answer: These are not a direct replacement, VAV sizing, quantity, and locations have changed to accommodate the remodeled space. 4. Question: Can we pull a window or section of windows to get materials up to other floors? Answer: Yes, but windows that have been removed must remain secure and weather tight when not in use for materials handling. 5. Question: Since these are standard elevators, are they able to hold a scissor lift? Or is scaffolding the only option for the second floor. Answer: Refer to questions on the first Q&A. 6. Question: Do the test and balancers have to work during the night only? Can they balance during the day? Answer: This project is based off all work being completed during off hours, at night or weekends. 7. Question: Will the HVAC contractor be required to balance the building when we install the temporary dampers or how are we to know if the building is ok for the occupied spaces? Answer: Contractor is responsible for maintaining a balanced conditioned in the occupied spaces throughout construction. 8. Question: Do any VAV boxes require hot water reheat? Answer: No 9. Question: On the floors where there is wallpaper on the walls of the elevator, are we to remove the wallpaper or paint over it. Answer: Refer to project documents for wall finishes and asbestos locations to confirm each condition, typically wallpaper is to be removed. Weld County Chase Building Renovation Secondary Pre -Bid Meeting B2300107 - QUESTION & ANSWERS 1. Question: Can tools and ladders remain on site during construction, and will they be secure? Answer: Yes, it is the contractor's responsibility to secure them within the work areas. 2. Question: Is there any Mechanical on the l st floor in regard to demo and reinstall? Answer: Refer to project documents for mechanical requirements. First floor may not have new mechanical equipment but will require removal and reinstall of existing equipment per the project documents. 3. Question: Do you have plans or specs of the old VAV boxes to see if they are a direct replacement? Answer: These are not a direct replacement, VAV sizing, quantity, and locations have changed to accommodate the remodeled space. 4. Question: Can we pull a window or section of windows to get materials up to other floors? Answer: Yes, but windows that have been removed must remain secure and weather tight when not in use for materials handling. 5. Question: Since these are standard elevators, are they able to hold a scissor lift? Or is scaffolding the only option for the second floor. Answer: Refer to questions on the first Q&A. 6. Question: Do the test and balancers have to work during the night only? Can they balance during the day? Answer: This project is based off all work being completed during off hours, at night or weekends. 7. Question: Will the HVAC contractor be required to balance the building when we install the temporary dampers or how are we to know if the building is ok for the occupied spaces? Answer: Contractor is responsible for maintaining a balanced conditioned in the occupied spaces throughout construction. 8. Question: Do any VAV boxes require hot water reheat? Answer: No 9. Question: On the floors where there is wallpaper on the walls of the elevator, are we to remove the wallpaper or paint over it. Answer: Refer to project documents for wall finishes and asbestos locations to confirm each condition, typically wallpaper is to be removed. 10. Question: Are we painting the stair wells? Answer: No 11. Question: We are providing new window blinds and film on all outer windows? No interior windows? Answer: Yes 12. Question: Do any of the windows on the first floor get blinds or film? Answer: Yes, on all exterior windows. 13. Question: Do all existing restrooms get new wall/floor tile? A -61/A-40 don't show the existing men's restroom on 6th floor in scope of work? Answer: Yes, all restroom finishes are typical. 14. Question: Drawings call for painting the elevator lobby, 1, 2, 6 & 7 floors. I noticed on the site visit, the wall at the elevator looks to have wallpaper on it. Is it wallpaper? If so, are we painting over it? Answer: Refer to previous Q&A as well as project documents. Wallpaper is to be removed. 15. Question: DWG A-13 shows Lobby 200 with new ACT but room schedule calls for C-2 (gyp bd). Which do we want there? Answer: Refer to project documents reflected ceiling plan. 16. Question: Are we painting the columns at the windows? Answer: No 17. Question: Are we painting the window frames? Answer: Refer to project documents for finish and color of new window frames. Existing window frames are not to be painted. 18. Question: Are we painting the vent below the windows? Answer: No 19. Question: On the vinyl comp flooring do you want the GC to provide base in those rooms? Answer: Yes 20. Question: Does GC need to provide transitions for our floor scope? Answer: Yes Exhibit B SCOPE OF WORK Weld County Chase Building Renovation PROJECT OVERVIEW: Weld County is seeking lump sum bids for a multi floor renovation and electrical service upgrade at the Chase Building. The Chase Building is located at 822 7" Street, Greeley, Colorado. 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 cons'dered 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 SCOPE: The scope of this project is for the complete renovation of the second, and sixth floor, and partial renovation of the first, and seventh floors including a complete electrical service upgrade for the entire Chase building. this will include all work as outlined in the provided documents. This project will need to be completed during non -working hours so as not to disturb the normal business of the building occupants. 1. Contractor will be responsible for procuring and executing all scopes of work as outlined and specified in the projects contract documents that have been provided during this bid request per the attachments outlined above. This will include but not be limited to all labor, materials, and equipment to complete the total scope of work. It is the contractor's responsibility at the time of bid submission to ensure that all project specifications and requirements have been included per the project documents provided. PROJECT DOCUMENTS: Attachment A: Weld County Contract Documents ➢ Attachment B: Project Documents — Partial Floor Plans ➢ Attachment C: Project Documents — Partial Floor Plans D Attachment D: Asbestos Reports PROJECT SPECIFIC TERMS AND CONDITIONS: I. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after cortract 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 (Request for Information) for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFl log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. BID REQUEST #B2300107 _ _ Page 9 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. Contractor and their representatives will need to park on the streets surrounding the building. All associated costs for parking will be the responsibility of the contractor. 6. During all phases of the project the building will be open for business. Due to this most work will need to be completed after hours. Some operations will be allowed during the day but must be approved by the County in writing prior to any work commencing during normal operations. Typical business hours are from 7:00 am to 5:30 pm Monday through Friday. 7. Contractor will only have access to the designated construction areas outlined in the project documents. No additional storage or staging areas will be available. 8. 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. 9. Any use of space outside of the building will need to be coordinated through the City of Greeley. This will include but not be limited to any sidewalk closures, street closures or parking spaces used for staging areas or trash dumpsters. Weld County has no jurisdiction to approve any use of the right of ways around the building. All permits and any fees for these permits will be the responsibility of the contractor. 10. 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. 1 l . 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. 12. It is the contractor's responsibility to ensure all system operations that are needed for normal function of the building remain fully operational and functional. These systems would include but not limited to HVAC systems and controls, access controls, plumbing, lighting and power. Any system or utility will need to be coordinated with the appropriate personnel prior to the system being shut down, even if only momentarily. 13. Throughout all construction phases the HVAC system must stay fully functional and operable. The bank on the first floor has supply and return that is fed from the second -floor ducting. The 7' floor will remain partially occupied during construction. The occupied space is fed off of the ducting system that is being partially removed for the renovation of the 7th floor. Where HVAC systems are being demoed it is the contractor's responsibility to provide dampers so existing occupied spaces climate control stays fully functional and operational. This cost shall be included in the contractors bid. 14. During construction the restrooms on either the 6th or 7th floor must stay operational for use by existing building occupants on the 7th floor. At no time will both the 6' and 7th floor restrooms be allowed to be nonoperational at the same time. 15. Weld County Chase building HVAC system operates on Delta Controls through SetPoint and is currently operating on version 4.2. This cost and coordination are the responsibility of the contractor and is to be included in the contractors bid. Control point minimum requirements are as follows. BID REQUEST #82300107 Page 10 VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Thermostats Manually adjust temperatures Digital display Display room temperature Display setpoint Shall control area FPB or VAV FP VAV Electric Heat Supply Air Temp Room Temp Heating Setpoint Control Cooling Setpoint Control Heat On Heat Off Damper Position 0% to 100% Damper Position Status CFM Heating Min Set Point CFM Cooling Min Set Point CFM Cooling Max. Fan on Fan off 16. Contractor will be responsible for providing a complete test and balance report before and after install of new mechanical system(s). This also includes a complete hydronic test and balance report before and after install of the HVAC system. 17. Per the provided documents the contractor is responsible for providing a fully functional fire alarm system per all local, state, and federal laws or regulations. This will be tied into the existing building fire alarm system. Contractor will be responsible for all associated cost for design, engineering, procurement, install, and any associated fees to provide a fully operational fire alarm system. 18. During construction, the work areas will be able to be accessed by the stairs and elevators. Contractor will be responsible for all temporary partitions or barricades as needed to keep people out of the construction area. Additional temporary partitions will be needed on the first and seventh floors since they will be partially occupied during construction. 19. Use of existing building elevators for moving equipment and materials will be allowed as long as the weights do not exceed the elevator limits. Contractor will provide protection for the cab interiors whenever the elevators are being used. Cab protection must be removed at the end of every work period BID REQUEST #62300107 Page 11 and re -installed at the beginning of the next work period. Any damage done to the elevators will be repaired at the contractor's expense. 20. Contractor will have access to the garage on the North side of the building for bringing materials and equipment into the elevator. At no time is the garage man -door or garage door to be left open. Contractor must have a representative securing this entrance point anytime that it is in use. 21. Contractor is responsible for any temporary lighting or power that may be needed to complete the scope of work throughout construction. OWNER PROVIDED NOT IN CONTRACT (NIC): 1. All carpeting will be provided by the owner and is NIC, 2. All rubber cove base in carpeted areas will be provided by owner and is NIC. All base in areas with other types of floors will be provided and installed by the contactor. 3. All bathroom and breakroom soap, paper towels, and tissue paper dispensers will be provided by the owner and is NIC. 4. All appliances shown on the provided project documents in the break rooms will be provided by the owner and is NIC. 5. Install of owner provided equipment will be done by the owner and is not to be included in this scope of work. 6. All systems furniture will be owner provided and is NIC. 7. Access control will be provided by the owner and is NIC. Contractor is responsible for all pathways and rough ins as shown in the project documents. INFORMATION TECHNOLOGY (IT) - DATA CABLING I. 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. ASBESTOS ABATEMENT: 1. Contractor will be responsible for all abatement requirements for this project per the asbestos testing reports on Attachment B. This includes but is not limited to all associated Labor, Materials, and Equipment that will be needed to remove any known contaminated materials safely and legally as noted on attachment B and legally dispose of. 2. Contractor will be responsible for all applicable permits and fees required by Federal, Stale, County, and local authorities. 3. Contractor will be responsible for all required reporting and documentation required by any Federal, State, County and Local authorities. 4. Testing samples were taken from occupied and unoccupied areas throughout the project area. Some positive samples as noted in attachment B are the insulation wrap/cladding on the existing ductwork that is to be removed during construction. 5. The existing ventilation system on the second -floor services the bank on the first floor. During the abatement process this airway will need to remain fully functional and must be protected against any potential debris or hazardous materials that could become airborne and infiltrate the ventilation system. PROJECT CLOSE OUT: 1. 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. 2. Contractor will provide all manufacturer's warranty documentation for all equipment. 3. Contractor will provide a detailed report for all craftsmanship and labor warranties. 4. Contractor will provide a maintenance schedule for all systems and or equipment as required to maintain all warranties. BID REQUEST #B2300107 Page 12 5. 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. 6. 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: I . All damages to building structure and finishes shall be repaired to original condition as a part of this contract. 2. 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. 3. Contractor is responsible for the coordination and scheduling of all inspections that are required for all scopes per the conditions of the Weld County Building Permit. Please note that the Weld County Building Department does not complete inspections during off hours. The contractor will be responsible for having a qualified representative on site for any inspection. 4. All electrical work will be done by a qualified State Licensed electrician. 5. All plumbing work will be done by a qualified State Licensed plumber. 6. All mechanical work will be done by a qualified State Licensed technician. 7. 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 wilt be the contractor's responsibility to repair or replace. 8. All lifting and hoisting equipment shall be provided by the contractor as needed. 9. Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements. 10. No bid bond is required for this project. 11. Bids over $50,000 will require a payment (100%) and performance (100%) bond. Performance and payment bonds must be submitted using an AIA-312 bond form. Other bond forms will not be accepted. 12. Contractor will be required to provide Professional Liability Insurance (P1.I) and builders risk insurance in the amount of the bid. 13. 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. 14. Weld County is a tax-exempt entity. 15. Davis -Bacon and Buy American requirements are NOT required. 16. Contractor to provide lien releases with each AIA (American Institute of Architects) payment application. 17. Contractor must submit all payment applications in AIA format. 18. Five (5) percent retainage is to be held for the total cost of the project including any additional change orders or increases in cost from original contract. Contractor must show the applicable retainage on each payment application. 19. 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: I. Contractor is responsible for providing and maintaining a full project schedule as well as a three week look ahead schedule throughout the life of this project. Contractor will have an updated project schedule available upon request. 2. The contractor will host a weekly coordination meeting with all associated contractors, and County representatives. At this time the contractor will provide the three (3) weeks look ahead schedule as well as all applicable updates to the overall project schedule. This will need to be submitted in person at the weekly meeting as well as seat electronically to the County project manager and construction team. BID REQUEST 8B2300107 Page 13 Below is the anticipated schedule for this project: Date Of This Bid Advertisement Date Pre -Bid Conference Bid Questions are Due Bids Are Due Bid Award Notice Contract Execution Construction Start Construction Finish April 6, 2023 April 6, 2023 April 19, 2023 April 26, 2023 May 3, 2023 May 22, 2023 June 5, 2023 Immediately upon receipt of signed contract April 26, 2024 PROPOSED DATES: Please provide proposed schedule dates with the expectation of contract execution being June 5, 2023. Phasing Priority Construction Start Construction Finish Second Floor Renovation 9/15/23 1/22/24 Electrical ServicelJ de 7/8/24 8/30/24 Sixth Floor Renovation 9/15/23 1/22/24 Seventh Floor Renovation 1/29/24 4/29/24 First Floor Renovation 1/29/24 4/29/24 GENERAL CONDITIONS: Weld County will require the contractor to provide a breakout of all monthly general condition items and their associated costs. This will be used for determining actual cost for claims of delays caused by the owner. This cost shall include but is not limited to all supervision, project management, administrative, equipment, parking, fuel or vehicle expense, or any additional applicable fees and or cost that is associated with the contractor's management and operation of this project. This cost is for additional general conditions, in the case that the project through no fault of the contractor is delayed or extended beyond the contractor's schedule. Any delays in schedule due to the contractor or its representatives will be the contractor's responsibility including all associated cost. Please provide a breakout per the chart below along with your line itemed total monthly general conditions cost. This breakout will only be used in the case of owner delays or if additional scope is added to the project. Contactors Additional Monthly General Conditions Lump Sum Cost: $ 30,094.00 BID REQUEST #82300107 Page 14 GENERAL CONDITIONS MONTHLY BREAKOUT DESCRIPTION MONTHLY LINE -ITEM COST Personnel $ 17,625 DO Vehicle $ 1,625.00 Field Office $ 412.50 Maintenance $ 1,736.00 Close Out $ 100.00 Payroll Taxes $ 8,595.00 Fee: Provide a breakout of total cost per the table below. DESCRIPTION TOTAL COST Architectural $ 1,813,003.00 Mechanical 836,300,20 Electrical Plumbing Other $ 1,836,213.00 $ 295,718.00 $ 816,771.00 Provide your total lump sum cost to complete the project in its entirety. Total Lump Sum Cost $ 5.598.005.00 Lead times, based on approved submittals. Electrical Switch board: 55-57 wks Electrical bus duct riser 208/480v: 48-50 wks Electrical panels: 12-40 wks Light Fixtures: 16-18 wks VAV boxes: 8-10 wks Wood Doors: 14-16 wks BID REQUEST #82300107 Page 15 BID SUBMITTAL INSTRUCTIONS: The following items must be completed and submitted with your bid on or before the bid opening deadline of 9:00 AM on Man 3.2023: 1) Pages 9 thru 17 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 #B2300107 Page 16 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. #B230O107. 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 DATE 5.19.2023 (Please print) CITY, STATE, Windsor CO TELEPHONE NO 970-460-0583 SIGNATURE ZIP CODE 80550 FAX 970-460-0871 TAX ID # 84-0964449 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 #82300107 Page 17 ADDENDUM#1 BID REQUEST NO. B2300107 CHASE BUILDING RENOVATION 1) Currently: B2300107 Mandatory pre -bid was on April 19, 2023. Change: Due to the increased inquiry for a secondary pm -bid meeting to allow prime/general contractors and their subcontractors access to the building for further clarification and take offs there will be a non - mandatory pre -bid meeting on May 5, 2023 at 9:00 am at the Chase Building located at 822 7' Street, Greeley, CO 80631. This will only be for prime/general contractors that attended the mandatory pre -bid meeting on 4/19/2023 and their respective subcontractors. Bids will not be accepted from prime/general contractors that did not attend and are not recorded on the sign in sheet from the mandatory pre -bid on 4/19/2023. 2) Currently: Bids are due May 3, 2023. Change: Bid date has been changed to May 19, 2023, and additional walkthrough and question dates have been added. See revised schedule and due dates below. Date of this Bid April 6, 2023 Advertisement Date April 6, 2023 Pre -bid conference April 19, 2023 Bid Questions Due April 26, 2023 Second Pre -bid Conference (New) May 5, 2023 Bid Questions Due (New) May 12, 2023 Bids Are Due (Revised) May 19, 2023 Bid Award Notice (Revised) June 7, 2023 Contract Execution (Revised) June 21, 2023 Project completion April 26, 2024 ***We need signed copy submitted with bid. Thank You!*** Addendum received by: TCC Corporation FIRM 609 Gyrfalcon Court. Unit D ADDRESS Windsor, CO_80550 CITY AND STATE ErnieCrownover____ BY ecrow n o ve r@tcccgjgjiat EMAIL April 27, 2023 ACORN® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/ODIYYYY) 6/12/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND 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. 4090 Clydesdale Parkway Suite 101 Loveland CO 80538 CONTACT Renee McReynolds NAME: MTNfJ EXtli (970) 679-7346 I (a No, (866)425-6180 24Ass:renee-mcreynolds@leavitt.com INSURER(S) AFFORDING COVERAGE NAIL N INSURER A: Selective Insurance Company of America 012572 INSURED TCC Corporation 609 Gryfalcon Court Unit D Windsor CO 80550 INSURER B : PinnaCO1 Assurance 41190 INSURER C: INSURER D: INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:23-24 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 MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TN TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY I CLAIMS -MADE OCCUR X Blkt Ad. Insureds X Y S2325490 5/1/2023 5/1/2024 EACH OCCURRENCE $ 1, 000 , 000 PREM SES (Ea o cur0ronce) $ 500,000 MED EXP (Any one person) $ 15,000 PERSONAL 8,ADV INJURY $ 1,000,000 X Blkt Waiver of Subrogation GENERAL AGGREGATE $ 3,000,000 GEM_ AGGREGATE LIMIT APPLIES PER: POLICY E PROT D LOC JEC OTHER: PRODUCTS - COMP/OP AGG $ 3,000,000 A AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED _ AUTOS X HIRED AUTOS X Blkt Addl Insureds SCHEDULED _ AUTOS NON -OWNED X AUTOS X Blkt W0S 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 UMBRELLA LIAB 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 EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/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 7/1/2022 7/1/2023 X MUTEI STATUTE ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE - POLICY LIMIT $ 500,000 A Contractors' Equipment 32325490 5/1/2023 5/1/2024 Leased/Rented Equipment Limit $250,000 DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) re: Weld County Chase Building Fifth F_oor Renovation Weld County, its officers, agents, and employees, are named as additional insureds on a primary and non-contributory basis. A waiver of subrogation applies in favor of Weld County, its associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers. CERTIFICATE HOLDER CANCELLATION cmpeters@weldgov.Wom SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150 O Street ACCORDANCE WITH THE POLICY PROVISIONS. Greeley, CO 80631 AUTHORIZED REPRESENTATIVE R McReynolds/RESTEI er-1.11,`"' 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 Form New Contract Request Entity Information Entity Name* TCC CORPORATION Contract Name* CHASE BUILDING RENOVATION Contract Status CTB REVIEW Entity ID g'00034361 Contract Description* RENOVATION OF SEVERAL FLOORS IN THE CHASE BUILDING Contract Description 2 Contract Type CONTRACT Amount" 95,598,005.00 Renewable NO Automatic Renewal Grant IGA ❑ New Entity? Contract ID 7089 Contract Lead* SGEESAMAN Contract Lead Email sgeesamarcOco.weld.co.us,I redfern@weldgov.com Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND GROUNDS Date* 06 24.."2023 06;282023 Department Email CM- BuildingGrou-tds0€ weldgov.c OM Does Contract require Purchasing Dept. to be included? Department Head Email YES CM-BuildingGrounds- DeptHead,Aveldgov.com Bid/RFP#* 82300107 Will a work session with BOCC be required?* NO County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM - C OU NTYATTO RN EY:OWELDG OV.COM if this is a renewal enter previous Contract ID If this is part of a NSA enter MSA Contract ID Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in On Base Contract Dates Effective Date Review Date 06 242024 Renewal Date Termination Notice Period Contact Information Contact Info Contact Name Purchasing Committed Delivery Date Expiration Date * 06x24 2024 Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date CHERYL PATTELLI 05 24 2023 Approval Process Department Head TOBY TAYLOR DH Approved Date 06/26:2023 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 07105'2023 Originator SGEESAMAN Finance Approver CHERYL PATTELLI Legal Counsel BRUCE BARKER Finance Approved Date Legal Counsel Approved Date 06;•26 2023 06'2812023 Tyler Ref # AG 070523 May 26, 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: Chase Renovation - 62300107 As advertised this bid is for the renovation of the 1st 2"d 6thand 7th floors of the Chase building. The low bid is from TCC Corporation and meets specifications. Therefore, the Facilities Department is recommending the award to TCC Corporation in the amount of $5,598,005.00. If you have any questions, please contact me at extension 2023. Sincerely, Toby Taylor Director Co/1 2023-145 be-�COZ DATE OF BID: MAY 19, 2023 REQUEST FOR: CHASE BUILDING RENOVATION DEPARTMENT: FACILITIES BID NO: B2300107 PRESENT DATE: MAY 24, 2023 APPROVAL DATE: JUNE 7, 2023 VENDOR TCC CORPORATION 609 GYRFALCON COURT, UNIT D WINDSOR, CO 80550 GROWLING BEAR COMPANY, INC. 2330 4TH AVENUE GREELEY, CO 80631 A.D. MILLER SERVICES, INC. 7006 S. ALTON WAY, BLDG. E, STE 100 CENTENNIAL, CO 80112 ROCHE CONSTRUCTORS, INC. 361 71ST AVENUE GREELEY, CO 80634 WELD COUNTY PURCHASING 1150 O Street, Room #107, Greeley, CO 80631 reverett S,,weldgov.com cgeisert(aiweldgov.com Phone: (970) 400-4222 or 4223 Fax: (970) 400-4024 START FINISH DATE DATE TOTAL 9/15/2023 4/29/2024 $5,598,005.00 6/30/2023 6/24/2024 $6,413,188.00 1/4/2023 4/26/2024 $7,884,119.00 6/5/2023 4/26/2024 $10,699,700.00 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. 2023-1451 5/v} f3C-, OOZS Hello