Loading...
HomeMy WebLinkAbout20250482.tiffCon -11.1d -154q (003 June 17, 2025 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: Dacono Grader Shed - Change Order #1 - 2025-0482 TCC Corporation was awarded the contract for the Dacono grader shed construction project. The initial design for this project showed the property in the North Colorado Water Conservancy District service area and we were to use their water service for the new building. After construction began the contractor tried to get the service to the building. NCWCD then informed us that even though our property is shown in their service area map, our parcel is not included in their district. The next best option for this property is to use a well for the water service to the building. The contractor on the project, TCC Corporation has provided costs to credit the tap fees for NCWCD and instead drill a well for the buildings use. The costs to make these changes is $69,443.14 as shown in their proposal. Therefore, the Facilities Department is recommending approval of this change order in the amount of $69,443.14. If you have any questions, please contact me at extension 2027. Sincerely, Patrick O'Neill Director c un0a3.e(Bei) p txychaluA9 /30/25 ao.2S- o 1 Z2 3406077 BOARD OF COUNTY COMMISSIONERS PASS -AROUND REVIEW PASS -AROUND TITLE: Dacono grader shed well change order DEPARTMENT: Facilities PERSON REQUESTING: Patrick O'Neill DATE: June 17, 2025 Brief description of the problem/issue: The initial design for this project showed the property in the North Colorado Water Conservancy District service area and we were to use their water service for the new building. After construction began the contractor tried to get the service to the building. NCWCD then informed us that even though our property is shown in their service area map, our parcel is not included in their district. The next best option for this property is to use a well for the water service to the building. What options exist for the Board? 1. Approve the change request 2. Deny the change request Consequences: Impacts: Costs (Current Fiscal Year / Ongoing or Subsequent Fiscal Years): $69,443.14 Recommendation: The Facilities Department recommends placing this change order on an upcoming BOCC meeting for approval. Perry L. Buck Scott K. James Jason S. Maxey Lynette Peppier Kevin D. Ross Support Recommendation Schedule Place on BOCC Agenda Work Session Other/Comments: .60 EMI Change Order # 1 to Service Agreement Between Weld County and TCC Corporation Date: June 17, 2025 Original Agreement: 2025-0482 County Department: Facilities The parties hereby agree to amend the work to be completed pursuant to the Original Agreement in accordance with the terms of this Change Order. 1. Contractor agrees to provide the amended services as described in the attached Exhibit, which is hereby incorporated into the Agreement. 2. Department agrees to compensate Contractor for said amended services in accordance with the Exhibit. 3. The amount of the contract is adjusted as follows: $ 1,227,387.00 Original Contract Amount $ 0.00 Previously Approved Change order(s) Amount $ 69,443.14 Current Change Order Amount $ 1,296,830.14 New Contract Total All other terms and conditions of the Original Agreement remain unchanged. CONTRACTOR: By: V Date 6/18/25 Name: Brian Crownover Title: Vice President ATTEST: Weld County Clerk to the Board Wdz/i.v JeitAk. BY: Deputy Clerk to the Bo BOARD OF COUNTY COMMISSIONERS WELD COUNTY, COLORADO Page 1of1 2025-0 g2 TCC Corporation 6820 Powell St Loveland, CO 80538 Phone: 970460-0583 Fax: 970-460-0871 REQUEST FOR CHANGE No. 1 TITLE: Well PROJECT: WC Dacono Grader Shed TO: Will Hopkins Weld County Bldg Dept 1104 H Street Greeley, CO 80631 DESCRIPTION OF REQUEST DATE: JOB: CONTRACT NO: 06/02/2025 2504 Change Order to provide new well with associated required pumps per updated civil drawings. Includes state permit (information will be needed from Weld County), credit for 1" water line, credit for water tap fee, and added electrical for new pumps. Description I Amount New well and associated pump. Electrical for new pump Credit for water line and tapping Credit for Tap Fees General Conditions General Liability Insurance Builder's Risk Insurance Bond Contractor's Fee $66,312.79 $2,150.00 ($4,750.00) ($5,125.00) $3,070.00 $245.60 $449.10 $1,541.44 $5,549.21 Total $69,443.14 APPROVAL: By: By: Will Hopkins Date: Date: Brian Crownover Glover's Drilling 7261 Wcr 31 Fort Lupton,Co 80621 303-994-1738 NAME/ADDRESS Logan 2927 CR 17 Dacona, Colorado 80514 Estimate DATE ESTIMATE NO. 5/25/2025 1741 PROJECT DESCRIPTION QTY COST TOTAL Drilling labor 720 35.00 25,200.00 5 9/16 Steel casing 720 22.00 15,840.OOT 5 inch cement plug 2 150.00 300.00 Portland Cement 70 22.50 1,575.00 Flushing out new well with clean water 5 200.00 1,000.00 5 9/16 Well cap&Box 1 150.00 150.OOT 5 9/ 16 Pitless 1 250.00 250.OOT Pitless installation 2 150.00 300.00 5 foot bury hydrant 1 220.00 220.OOT backflow preventer 1 150.00 150.00T #6 bury wire 120 6.20 744.OOT 1" Purecore 200 psi 250 1.50 375.OOT 1 inch brass adapter 4 25.00 100.00T 10 Gpm 3hp Goulds submersible pump 1 3,850.00 3,850.OOT 3 Hp deluxe with mag Contactor 1 590.00 590.OOT 1 inch galvanized pipe 693 6.50 4,504.50T #6 submersible wire 700 5.00 3,500.OOT #6 Splice Kit 2 20.00 40.00 1" check valve 2 50.00 100.00T 1"byl-1/4" Bushing 1 15.00 15.OOT V-200 Goulds pressure tank 1 1,650.00 1,650.00T Tank Tee & gauge & switch & valve 1 165.00 165.OOT 1" ball valve 1 35.00 35.OOT 3/4 ball valve 2 25.00 50.00T 1 PS Sediment filter housing 2 100.00 200.OOT Bag Filter 1 550.00 550.OOT Pair of 30 micron water filters 2 20.00 40.OOT pair of polyspun 5 micron filter 2 21.00 42.00T Misc fittings 15 20.00 300.OOT 1" 160 psi polyethylene 40 1.20 48.OOT electrical 2 150.00 300.00T Backhoe labor 6 150.00 900.00 Tank installation 10 50.00 500.00 Pump installation labor 700 2.50 1,750.00 Colorado State Sales Tax 2.90% 979.29 55%down payment due upon start of well other half upon completion TOTAL 866,312.79 ESTIMATE High Plains Electric, Inc. 2100 Sherell Drive Fort Collins, CO 80524 patrick@hpelectric.net +1 (970) 222-5097 HIGH PLAINS ELECTRIC Bill to Ship to Weld Co. Grader Shed Weld Co. Grader Shed Estimate details Estimate no.: 10828 Estimate date: 05/30/2025 Expiration date: 06/30/2025 # Date Product or service 1. 05/30/2075 Services Note to customer Thank You have a great day Accepted date Accepted by Description Amount Provide breaker, conduit, wiring, disconnect, labor $2,150.00 for new well pump for the grader shed. Total Expiry date $2,150.00 06/30/2025 Contract For m Entity Information Entity Name* TCC CORPORATION Entity ID* @00034361 O New Entity? Contract Name" Contract ID CHANGE ORDER #1 - PROVIDE WELL FOR WATER 9605 SERVICE Contract Status CTB REVIEW Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description * PROVIDE NEW WELL FOR WATER SERVICE FOR THE NEW GRADER SHED. Contract Description 2 Contract Type" CHANGE ORDER Amount* $69,443.14 Renewable* NO Automatic Renewal Grant IGA Parent Contract ID Requires Board Approval YES Department Project # Department Requested BOCC Agenda Due Date BUILDINGS AND Date* 06/21/2025 GROUNDS 06/25/2025 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 If this is a renewal enter previous Contract ID If this is part of a MSA enter MSA Contract ID Will a work session with BOCC be required?* NO Does Contract require Purchasing Dept. to be included? Note: the Previous Contract Number and Master Services Agreement Number should be left blank if those contracts are not in OnBase Contract Dates Effective Date Termination Notice Period Contact Information Review Date* 10/31/2025 Committed Delivery Date Renewal Date Expiration Date* 10/31/2025 Contact Info Contact Name Contact Type Contact Email Contact Phone 1 Contact Phone 2 Purchasing Purchasiig Approver Purchasing Approved Date Approval Process Department Head PATRICK O'NEILL DH Approved Date 06/23/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 06/30/2025 Finance Approver CHERYL PATTELLI Legal Counsel BYRON HOWELL Finance Approved Date Legal Counsel Approved Date 06/24/2025 06/24/2025 Tyler Ref # AG 063025 Originator CNAIBAUER Cbrhad 11 X27, 2 AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND TCC CORPORATION FOR DACONO GRADER SHED THIS AGREEMENT is made and entered into this 3, Sday of M�^' , 2025, by and between the Board of Weld County Commissioners, on behalf of the Facilities Department, hereinafter referred to as "County," and TCC Corporation, hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1 Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. B2500009. 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 co3SentZ5 40- (.C:.()nlosiS6e.(bGi) c vcni SI nS 3/31/2S 7025_04 13c-r00f requirements of Work within the time limits prescribed by County may result in County's decision to withhold payment or to terminate this Agreement. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may i terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT -INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust 2 enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $1,227,387.00, 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 retum such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 7. Independent Contractor. Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the 3 execution of this Agreement. Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement. Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only. The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract. 8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work. Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions of its agents, employees and subcontractors. 9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order shall become or remain (as applicable), the property of County. In addition, all reports, data, plans, drawings, records and computer files generated by Contractor in relation to this Agreement and all reports, test results and all other tangible materials obtained and/or produced in connection with the performance of this Agreement, whether or not such materials are in completed form, shall at all times be considered the property of the County. Contractor shall not make use of such material for purposes other than in connection with this Agreement without prior written approval of County. 10. Confidentiality. Confidential information of Contractor should be transmitted separately from non -confidential information, clearly denoting in red on the relevant document at the top the word, "CONFIDENTIAL". However, Contractor is advised that as a public entity, Weld County must comply with the provisions of the Colorado Open Records Act (CORA), C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. Contractor agrees to keep confidential all of County's confidential information. Contractor agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity without seeking written permission from the County. Contractor agrees to advise its employees, agents, and consultants, of the confidential and 4 proprietary nature of this confidential information and of the restrictions imposed by this Agreement. 11. Warranty. Contractor warrants that the Work performed under this Agreement will be performed in a manner consistent with the professional construction standards governing such services and the provisions of this Agreement. Contractor further represents and warrants that all Work shall be performed by qualified personnel in a professional manner, consistent with industry standards, and that all services will conform to applicable specifications. In addition to the foregoing warranties, Contractor is aware that all work performed on this Project pursuant to this Agreement is subject to a warranty period during which Contractor must correct any failures or deficiencies caused by Contractor's workmanship or performance. This warranty shall commence on the date of County's final inspection and acceptance of the Project, and shall continue for one year, or such greater time as specified in the attached Exhibits. 12. Acceptance of Services Not a Waiver. Upon completion of the Work, Contractor shall submit to County originals of all test results, reports, etc., generated during completion of this work. Acceptance by County of reports, incidental material(s), and structures furnished under this Agreement shall not in any way relieve Contractor of responsibility for the quality and accuracy of the construction of the project. In no event shall any action by County hereunder constitute or be construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part of Contractor, and County's action or inaction when any such breach or default shall exist shall not impair or prejudice any right or remedy available to County with respect to such breach or default. No assent expressed or implied, to any breach of any one or more covenants, provisions or conditions of the Agreement shall be deemed or taken to be a waiver of any other breach. Acceptance by the County of, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally. 13. Insurance. Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period. For all coverages, Contractor's insurer shall waive subrogation rights against County. The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self- insurance carried by the County. An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis. For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims -made policy, the retroactive date must be on or 5 before the contract date or the first date when any goods or services were provided to County, whichever is earlier. The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement. The insurance carrier shall provide a minimum of 30 days advance written notice to the County for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement. On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed. However, in those situations where the insurance carrier refuses to provide notice to County, the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect. The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit. At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force. Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate. Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A.M. Best" rating of not less than A -VII. The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency. Proof of Insurance Contractor shall provide to County a Certificate of Insurance (COI). The County, in its discretion, may accept other forms of proof of insurance. The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations". 6 In the County's sole discretion, the County may ask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage. Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present. Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County. The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award. Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 7 Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. Automobile Liability: 3) Contractor's Automobile Insurance Policy shall include Minimum Limits as follows: Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non -owned vehicles used in the performance of this contract. 4) Professional Liability: Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract. The policy/coverages shall be amended to include the following: a. Coverage shall apply for three (3) years after project is complete. b. Policy is to be on a primary basis, if other professional coverage is carried. Per Loss Aggregate $ 2,000,000 $ 4,000,000 5) Umbrella or Excess Liability Insurance: Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted. The policy shall be written on an Occurrence form and shall be following form of the primary. 6) Pollution Liability. Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits. The policy shall cover the Contractor's completed operations. Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos). If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained, or an extended discovery period will be 8 exercised for a period of three (3) years beginning from the time that work under this contract is completed. Minimum Limits: Per Loss Aggregate $ 1,000,000 $ 1,000,000 7) Builders' Risk Insurance or Installation Floater— Completed Value Basis: Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles. a. The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site. b. Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later. c. The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project. d. The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false - work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading. e. The Builders' Risk shall include a Beneficial Occupancy Clause. The policy shall specifically permit occupancy of the building during construction. Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard to restrictions within any 9 Occupancy Clauses within the Builder's Risk Policy. The Builder's Risk Policy shall remain in force until acceptance of the project by the County. f. Equipment Breakdown Coverage (a.k.a. Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing). g. The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy. Additional Insurance Related Requirements No limitation of Liability: The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor. The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement. Certification of Compliance with Insurance Requirements. The Contractor stipulates that it has met the insurance requirements identified herein. All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis. The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises. The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Contractor shall name the County, associated and/or affiliated entities, successors, or assigns; its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor. On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the 10 Contractor even if those limits of liability are in excess of those required by this Contract. Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages. Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA). All certificates and endorsements are to be received and approved by the County before work commences. Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement. Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract. Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. 14. Mutual Cooperation. The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery. 15. Indemnity. The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of litigation, actions, loss, damage, expense, cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree. It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by Contractor from and against any and all claims. It is agreed that the Contractor will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies. In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for 11 losses arising from the work performed by the Contractor for the County. A failure to comply with this provision shall result in County's right to immediately terminate this Agreement. 16. Non -Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder. Such consent may be granted or denied at the sole and absolute discretion of County. 17. Examination of Records. To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement. The Contractor agrees to maintain these documents for three years from the date of the last payment received. 18. Interruptions. Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. 19. Notices. County may designate, prior to commencement of work, its project representative ("County Representative") who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the project. All requests for contract interpretations, change orders, and other clarification or instruction shall be directed to County Representative. All notices or other communications made by one party to the other concerning the terms and conditions of this contract shall be deemed delivered under the following circumstances: a) personal service by a reputable courier service requiring signature for receipt; or b) five (5) days following delivery to the United States Postal Service, postage prepaid addressed to a party at the address set forth in this contract; or c) electronic transmission via email at the address set forth below, where a receipt or acknowledgment is required by the sending party; or Either party may change its notice address(es) by written notice to the other. Notice shall be sent to: Contractor: Name: Brian Crownover Position: Vice President Address: 6820 Powell Street Address: Loveland, Colorado 80538 12 E-mail: bcrownover@tcccorp.net Phone: (970) 460-0853 County: Patrick O'Neill Position: Facilities Director Address: 1105 H Street Address: Greeley, Colorado 80632 E-mail: poneill@weld.gov Phone: (970) 400-2023 20. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 21. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 22. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 23. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. 24. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The signatories to this Agreement agree that to their knowledge, no employee of WeldCountyhas any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. 25. Survival of Termination. The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confidentiality, and record keeping) shall survive any such expiration or termination. 26. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be 13 construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. 27. Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq., as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns; or its elected officials, employees, agents, and volunteers. No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act as applicable now or hereafter amended. 28. No Third -Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement. It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only. 29. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee. 30. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute. 31. No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U.S.C.A. §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement. Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts. Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation. 14 If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages. 32. Public Contracts for Services C.R.S. §8-17-101. For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract. "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days. The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion. [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law in accordance with C.R.S. §8-17-107 and 2 C.F.R. §200.319(c).] 33. Attorney's Fees/Legal Costs. In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf. 34. Binding Arbitration Prohibited: Weld County does not agree to binding arbitration by any extra judicial body or person. Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void. 35. Acknowledgment. County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms. Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement. 15 CONTRACTOR: By: T2 Name: Brian Crownover Title: Vice President WELD COUNTY: Cam{ ,�,/ ATTEST f mss: ,. :..d +ti Weld County Clerk to the Board BY: Deputy Clerk to the Boa 3/25/25 Date of Signature BOARD OF COUNTY COMMISSIONERS WE D COUNTY, COLORADO 16 Pery L. Buck, Chair MAR 3 i 205 2025'U`V- Exhibit A Weld County Finance Department Purchasing Division 1301 North 17th Avenue Greeley, Colorado 80631 Construction - Invitation for Bid (IFB) Cover Sheet Bid Number: Title: Advertisement Date: P re- Bid Meeting: P re- Bid Location: Questions Due: Questions Posted: Questions email: Bid Due Date: Bid Delivery: For additional information: IFB Schedules B2400009 Dacono Grader Shed January 10, 2025 January 24, 2025, at 1:00 pm 1105 H Street, Greeley, Colorado 80631 January 31, 2025, by 5:00 pm February 4, 2025, by 5:00 pm bids@weld.gov February 7, 2025, by 10:00 am, Purchasing's Clock P referred email to bids©weld.gov or option to hand delivery to 1301 N orth 17th Avenue, Greeley, CO 80631 bids(a�weld.gov Documents Included in this Bid Package S chedule A: Bid Instructions S chedule B: Scope of Work Schedule C: Project Schedule S chedule D: Bid Form Schedule E: Insurance & Bonds Schedule F: Weld County Contract IFB Attachments Attachment 1 — Project Drawings Attachment 2 — Project Specifications Attachment 3 — Geotech Report Form Revision 12-2024 Table of Contents Construction - Invitation for Bid (IFB) Cover Sheet 1 Documents Included in this Bid Package 1 IFB Schedules 1 IFB Attachments 1 Table of Contents 2 Schedule A - Bid Instructions 3 Purpose/Background 3 Bid Advertisement 3 Bid Submission 3 Introductory Information 3 Cooperative Purchasing 4 Schedule B - Scope of Work 6 P roject Overview 6 Method of Procurement 6 Delivery Method 6 P ricing Method 6 S pecific Requirements and Responsibilities 6 Schedule C - Procurement Schedule 9 Schedule D - Bid Response Form 10 Bid Submittal Instructions 10 Fees 10 Attestation 10 Schedule E — Insurance and Bonds 12 Insurance 12 Bonds 16 Insurance Mailing Information 16 Schedule F - Weld County Contract 17 Contractual Obligations 17 Weld County Standard Contract 17 Solicitation #B2500009 Page 2 Schedule A - Bid Instructions Purpose/Background The Board of County Commissioners of Weld County, Colorado, by and through its Purchasing Office (collectively referred to herein as, "Weld County"), wishes to purchase the following: Dacono Grader Shed A Mandatory pre -bid conference will be held on January 24, 2025, at 1:00pm located at 1105 H Street, Greeley, CO 80631. Bidders must participate and record their presence at the pre - bid conference to be eligible to submit bids. Bids will be received until: February 7, 2025 at 10:00 am (Weld County Purchasing Time Clock). The submitted bids will be read over a Microsoft Teams Conference Call on February 7,2025 at 10:30 am. To join, call the phone number and enter the Conference ID provided below or you are invited to attend the bid opening in person at the Weld County Purchasing Conference Room, 1301 N. 17th Avenue, Greeley, CO 80631. Microsoft Teams By Phone Join the meeting now +1 720-439-5261„798326228# United States, Phone Denver conference ID: 798 326 228# Meeting Passcode: I D: KK26hk2B 274 835 454 949 Bid Advertisement You can find information concerning this request on the BidNet Direct website at https://www.bidnetdirect.com/ Weld County Government is a member of BidNet Direct. BidNet Direct is an on-line notification system which is being utilized by multiple non-profit and governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Submission 1. PREFERRED: email bids to bidsCa�weld.gov If your bid exceeds 25MB please upload your bid to https://www.bidnetdirect.com. The maximum file size to upload to BidNet Direct is 500 MB. If vendor does not desire email submission, sealed bids will be received at the Office of the Weld County Purchasing in the Weld County Building located at 1301 North 17th Avenue, Greeley, CO 80631 by the bid due date and time. 2. 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 has been received. Please call Purchasing at 970-400-4222 or 4223 with any questions. Introductory Information 1. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Division. Each bid must give the full business address of bidder and be signed by authorized person. Bids by partnerships must furnish the full names of all partners and must be signed Solicitation #B2500009 Page 3 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 Procurement Manager satisfactory evidence of the authority of the officer signing on behalf of a corporation shall be furnished. A power of attorney must accompany the signature of anyone not otherwise authorized to bind the Bidder. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. Bidders are required to use the Proposal Forms which are included in this package and on the basis indicated in the Bid Forms. The Bid Proposal must be filled out completely, in detail, and signed by the Bidder. 2. 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 Division on or prior to the time indicated in Section 1, entitled, "Notice to Bidders." Hard copy bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Procurement Manager for the premature opening of a bid not properly addressed and identified. Bids may be withdrawn upon written request to and approval of the Weld County Procurement Manager; 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. 3. 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. 4. In submitting the bid, the bidder agrees that the signed bid submitted, all of the documents of the Invitation for Bid contained herein (including, but not limited to the product specifications and scope of services), the formal acceptance of the bid by Weld County, and signature of the Chair of the Board of County Commissioners, together constitutes a contract, with the contract date being the date of signature by the Chair of the Board of County Commissioners. Cooperative Purchasing Weld County encourages cooperative purchasing in an effort to assist other agencies to reduce their cost of bidding and to make better use of taxpayer dollars through volume purchasing. Vendor(s) may, at their discretion, agree to extend the prices and/or terms of the resulting award to other state or local government agencies, school districts, or political subdivisions in the event Solicitation #B2500009 Page 4 they would have a need for the same product/service Usage by any entity shall not have a negative impact on Weld County in the current term or in any future terms Solicitation #B2500009 Page 5 Schedule B - Scope of Work Project Overview Weld County is seeking bids for a turn -key lump sum project for General Contracting services to build the new ground up grader shed in Dacono, Colorado per the attached project documents and this invitation for bid. Method of Procurement Invitation for Bid (IFB): 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 IFB contract. Delivery Method Design -Bid -Build (DBB): Design -Bid -Build (DBB) is the traditional project delivery method in which County either designs or retains a designer to furnish complete design services. Then solicits bids (advertises) and awards a separate construction contract based on the designer's completed construction documents. In DBB, the agency "owns" the details/risks of design during construction and as a result, is responsible for the cost of any errors or omissions encountered in construction. Pricing Method Lump Sum Price: The lump sum price is the simplest and easiest price. Based on specifications, the contractor estimates their cost to provide the work, adds a profit margin, then proposes the sum as a price of the project. Lump Sum requires the proposals to include a fixed, not -to -exceed lump sum, which shall include all costs that may be paid to the contractor. The solicitation may include an itemized list of costs, in which case the proposals shall include itemized costs. Specific Requirements and Responsibilities The scope of this project is for construction management and general contracting services per this invitation for bid and attachments which include the project documents and drawings to build the new ground up grader shed facility in Dacono Colorado. The following are this project specific requirements. 1. All submittals will need to be provided to the County project manager for review and approval no later than thirty (30) days after contract execution. 2. Any additional work or scope that may result in changes must be submitted to the County project manager in writing and approved before any work is to be started. If the contractor does not submit in writing and receive written approval but starts any additional work, the contractor will be responsible for all associated cost and or schedule impacts/delays. 3. Any clarification or information needed from the contractor must be submitted through an RFI for response. It is the contractor's responsibility for tracking and maintaining all RFI's. An RFI log must be maintained and kept by the contractor and available for review at the weekly coordination meeting or upon request. Solicitation #B2500009 Page 6 4 Contractor is responsible for all material handling and deliveries Weld County will not accept any deliveries made to the building The contractor will use the work area(s) for any onsite storage that may be needed 5 The contractor will provide a full-time superintendent or project manager on site while any work is being performed , 6 The contractor is responsible for all daily cleanup and ensuring that all materials or equipment have been properly stored in the designated areas at the end of each shift to ensure normal building operations are not interrupted If at any time Weld County personnel or contractors have to clean or move materials or equipment that were not properly stored the contractor will assume all associated costs 7 Contractor is responsible for coordination for all site utilities Weld County will pay all applicable plant investment fees , 8 Contractor will be responsible for providing a complete fuel system including all equipment, programming, and coordination with Weld County project manager for the Gas Boy Islander Prime and per the specifications and requirements in the attachments and this IFB 9 Contractor is responsible for all winter protection, including but not limited to all soils 10 Contractor is responsible for coordination with Weld County building department and the local city and fire municipalities 11 Contractor is responsible for providing a complete access control system This includes but is not limited to all pathways, conduits, door prep, hardware, Keypad card readers, door proximity sensors, programming, and any other component to provide a fully operational system that ties into Weld County's existing access control system Access control is to be the ICT Prot�g� GX Enterprise system Substitutes will not be accepted Installers must be ICT GX Certified 12 Contractor will be responsible for providing a complete test and balance report after installation of the new mechanical equipment and systems 13 Gas Detection systems must be Setpoint Systems Coordination for the HVAC system and Gas Detection system is the responsibility of the contractor, and all associated cost shall be included in this bid 14 Contractor is responsible for all backing requirements Any surface mounted piece of equipment must have at minimum 3/" plywood as backing 15 Contractor is responsible for providing their own construction office if they deem one is needed 16 Contractor must submit daily logs or project updates to the Weld County project manager on a weekly basis at minimum 17 Contractor is responsible for maintaining existing site conditions including all areas that are not disturbed during the construction process All existing site conditions including but not limited to soils, grading, stormwater, and vegetation must be restored to original condition 18 Contractor is responsible for coordinating the final location of all electrical and data outlets prior to installation of rough in boxes with the Weld County project manager and IT representative Dacono Grader Shed Project Close Out Requirements: 1 Contractor will provide two (2) complete sets of O&M manuals 2 Contractor will provide two (2) complete sets of as-builts along with a digital file 3 Contractor will provide all manufacturer's warranty documentation for all equipment 4 Contractor will provide a detailed report for all craftsmanship and labor warranties 5 Contractor will provide a maintenance schedule for all systems and or equipment as required 'to maintain all warranties 6 Contractor will provide formal training as outlined and required by all manufacturer's recommendations, to Weld County's designated staff Solicitation #B2500009 Page 7 7 Contractor will host a Project Closeout meeting with all contractors, design team, and Weld County personnel associated with this project Weld County Facilities Department Standard Terms and Conditions. 1 RFI's are only to be sent through the County project manager RFI responses will be sent from the County project manager to the construction team Direct submissions to or responses from any other source will not be permitted If additional resources are needed to clarify or answer an RFI the County project manager will coordinate as needed 2 All damages to building structure and finishes shall be repaired to original condition as a part of this contract 3 Contractor is responsible for all private and public locates 4 Project will be permitted through Weld County Fees for Weld County Building Permit will be waived Any other fees associated with this project will be paid for by the contractor Contractor is responsible for the coordination and scheduling of all inspections that are required The contractor will be responsible for having a qualified representative on site for any inspection 5 All electrical work will be done by a qualified State licensed electrician 6 All plumbing work will be done by a qualified State licensed plumber 7 All mechanical work will be done by a qualified State Licensed technician 8 Any temporary protection for flooring, walls, ceilings, furniture, or any other surface or equipment that could be damaged is the responsibility of the contractor to protect at their cost Any damages occurred will be the contractor's responsibility to repair or replace 9 All lifting and hoisting equipment shall be provided by the contractor as needed 10 Work will comply with all applicable Federal, State and local laws, ordinances and regulatory requirements 11 No bid bond is required for this project 12 Contractor will be required to provide 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 Solicitation #B2500005 Page 8 Schedule C - Procurement Schedule Below is the anticipated schedule for procurement of this solicitation: Advertisement Date Pre -Proposal Meeting (Mandatory) Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Notice to Proceed (Anticipated) Completion January 10, 2025 January 24, 2025, at 1:00 pm 1105 H Street, Greeley, Colorado 80632 January 31, 2025, by 5:00 pm bids©weld.gov February 4, 2025 February 7, 2025, by 10:00 am Purchasing's Clock February 26, 2025 March 12, 2025 March 17, 2025 October 17, 2025 Solicitation #B2500009 Page 9 Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on February 7, 2025: 1) Schedule D - Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Description Price Civil $ Architectural $ Mechanical $ $ Electrical Plumbing $ General Conditions $ Other $ Total Lump Sum Cost $ Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2500009. 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. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance and Bond 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all 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. Solicitation #B2500009 Page 10 Item Company Name Address Entry Phone Email FEIN/Federal Tax ID # CONTRACTOR By Name Title Date of Signature Solicitation #B2500009 Page 11 Schedule E - Insurance and Bonds Insurance Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance. 1) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment. The policy shall contain a waiver of subrogation against the County. This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form. Minimum Limits: Coverage A (Workers' Compensation) Coverage B (Employers' Liability) $ $ $ Statutory 100,000 100,000 500,000 2) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work. The policy shall be endorsed to include the following additional insured language: County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations." Such policy shall include minimum limits as follows: Each Occurrence General Aggregate Products/Completed Operations Aggregate Personal Advertising Injury Fire Damage (Any One Fire) Medical Payments (Any One Person) $ $ $ $ $ $ Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance. 2,000,000 4,000,000 4,000,000 2,000,000 100,000 10,000 Completed Operations coverage must be kept in effect for up to the statute of repose after project completion. Solicitation #B2500009 Page 12 3) Automobile Liabihty Contractor's Automobile Insurance Policy shall include Minimum Limits as follows Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non -owned vehicles 'used in the performance of this contract 4) Professional Liability Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract 'The policy/coverages shall be amended to include the following a Coverage shall apply for three (3) years after project is complete b Policy is to be on a primary basis, if other professional coverage is carried _ Per Loss Aggregate $ 2,000,000 $ 4,000,000 5) Umbrella or Excess Liability Insurance Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted The policy shall be written on an Occurrence form and shall be following form of the primary 6) Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may'anse 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 Aggregate $ 1,000,000 $ 1,000,000 7) Builders' Risk Insurance or Installation Floater— Completed Value Basis Unless otherwise provided in the attached Exhibits, the Contractor shall purchase and maintain, in a company Solicitation #B2500009 - Page 13 or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles a The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption during construction, renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site b Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity other than the County 's has insurable interest in the property to be covered, whichever is later c The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project d The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading e The Builders' Risk shall include a Beneficial Occupancy Clause The policy shall specifically permit occupancy of the building during construction Contractor shall take reasonable steps to obtain consent of the insurance company and delete any provisions with regard -to restrictions within any Occupancy Clauses within the Builder's Risk Policy The Builder's Risk Policy shall remain in force until acceptance of the project by the County = - f Equipment Breakdown Coverage (a k a Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing) g The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor for all covered perils within the required policy Solicitation #B2500009 Page 14 Additional Insurance Related Reciuirernents No limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Certification of Compliance with Insurance Requirements The Contractor stipulates that it has met the insurance requirements identified herein All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf The Contractor shall name the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract Upon requestby the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA) All certificates and endorsements are to be received and approved by the County_before work commences Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract Solicitation #B2500005 Page 15 Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final. Such action will not require a formal contract amendment but may be made by administrative action. Bonds 1. For projects over $50,000 the following bonds are required: a. A 5% Bid Bond is required at the time of Proposal submittal. b. Performance Bond in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. c. Payment Bond (Labor and Materials) in the amount of 100% of the contract value, will be required at time of contract execution, or as otherwise defined in the Specifications/Scope of Work. 2. Surety companies executing bonds must appear on the U.S. Treasury Department's most current list (Circular 570) as amended and be authorized to transact business in the State of Colorado. 3. A 5% Retainage Fee will be held for Construction contracts over $150,000. 4. Bonds may be submitted on the Standard AIA form or Weld County Form. Insurance Mailing Information Certificates of Insurance, endorsements and bonds shall be provided to the County via electronic correspondence or mail using the information below: Email • Project Manager: Will Hopkins Email: whopkins@weld.gov Telephone: (970) 400-2044 Mail: Weld County Facilities Department ATTN: Will Hopkins PO Box 758 Greeley, CO 80632 Solicitation #B2500009 Page 16 Schedule F - Weld County Contract Contractual Obligations 1. The successful Contractor will be required to sign a contract substantially similar to the Weld County Standard Contract shown in Schedule F of this document. The County reserves the right to add or delete provisions to the form prior to Agreement execution. 2. Issuance of this solicitation does not commit the County to award any agreement or to procure. 3. If a formal contract is required, the Contractor agrees and understands that a Notice of Award does not constitute a contract or create a property interest of any nature until a contract is signed by the Awardee and the Board of County Commissioners and/or their authorized designee. 4. Contractor is responsible for reviewing the Weld County Standard Contract and understanding the terms and conditions contained therein, including, but not limited to, insurance requirements, indemnification, illegal aliens, equal opportunity, non - appropriation, and termination. 5. Contractor's Response to this solicitation is a willingness to enter into the Weld County Standard Contract or Contractor shall identify and include any proposed revisions they have for the Weld County Standard Contract. Any proposed revisions made by the Contractor after the County Notice of Intent to Award the Solicitation may be grounds for rescinding said Notice. The identification of willingness to enter into the standard Agreement is for general purposes at this time, but is part of the evaluation process and must be included. There may be negotiations on a project -by -project basis that provide further clarification. Weld County Standard Contract Below is a sample of a standard Weld County Contract for Construction. AGREEMENT FOR CONSTRUCTION SERVICES BETWEEN WELD COUNTY AND [CONTRACTOR] FOR [INSERT NAME OF PROJECT] THIS AGREEMENT is made and entered into this [Insert] day of [Insert], 2024, by and between the Board of Weld County Commissioners, on behalf of the [DEPARTMENT], hereinafter referred to as "County," and [CONTRACTOR], hereinafter referred to as "Contractor". WHEREAS, County desires to retain Contractor to perform construction services as required by County and set forth in the attached Exhibits; and WHEREAS, Contractor is willing to perform and has the specific ability, qualifications, and time to perform the required construction services to provide the services according to the terms of this Agreement; and Solicitation #B2500009 Page 17 WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the equipment, materials and services as set forth below; NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties hereto agree as follows: 1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in the Exhibits, each of which forms an integral part of this Agreement and are incorporated herein. The parties each acknowledge and agree that this Agreement, including the attached Exhibits, define the performance obligations of Contractor and Contractor's willingness and ability to meet those requirements (the "Work"). If a conflict occurs between this Agreement and any Exhibit or other attached document, the terms of this Agreement shall control, and the remaining order of precedence shall be based upon order of attachment. Exhibit A consists of County's Request for Bid (RFB) as set forth in Bid Package No. Number]. Exhibit B consists of Contractor's Response to County's Request for Bid. [Insert 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. 3. Term. The term of this Agreement begins upon the date of the mutual execution of this Agreement and shall continue through and until Contractor's completion of the responsibilities described in the attached Exhibits. Both of the parties to this Agreement understand and agree that the laws of the State of Colorado prohibit County from entering into Agreements which bind County for periods longer than one year. This Agreement may be extended upon mutual written agreement of the Parties. In its sole discretion, the County, by the Director of the Department of Public Works or his or her designee, may extend the time for the Contractor to complete the service or work, by not more than thirty (30) days. Such extension shall not increase the compensation to be paid to the Contractor nor change any other term herein. 4. Termination; Breach; Cure. County may terminate this Agreement for its own convenience upon thirty (30) days written notice to Contractor. Either Party may i terminate this Agreement upon material breach of the other party, however the breaching party shall have fifteen (15) days after receiving such notice to cure such breach. Upon termination, County shall take possession of all materials, equipment, tools and facilities owned by County which Contractor is using, by whatever method it deems expedient; and, Contractor shall deliver to County all Solicitation #B2500009 Page 18 drawings, drafts, or other documents it has completed or partially completed under this Agreement, together with all other items, materials and documents which have been paid for by County, and these items, materials and documents shall be the property of County. Copies of work product that is incomplete at the time of termination shall be marked "DRAFT - INCOMPLETE." If this Agreement is terminated by County, Contractor shall be compensated for, and such compensation shall be limited to, (1) the sum of the amounts contained in invoices which it has submitted and which have been approved by the County; (2) the reasonable value to County of the services which Contractor provided prior to the date of the termination notice, but which had not yet been approved for payment; and (3) the cost of any work which the County approves in writing which it determines is needed to accomplish an orderly termination of the work. County shall be entitled to the use of all material generated pursuant to this Agreement upon termination. Upon termination of this Agreement by County, Contractor shall have no claim of any kind whatsoever against the County by reason of such termination or by reason of any act incidental thereto, except for compensation for work satisfactorily performed and/or materials described herein properly delivered. 5. Extension or Amendment. Any amendments or modifications to this agreement shall be in writing signed by both parties. No additional services or work performed by Contractor shall be the basis for additional compensation unless and until Contractor has obtained written authorization and acknowledgement by County for such additional services. Accordingly, no claim that the County has been unjustly enriched by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable hereunder. In the event that written authorization and acknowledgment by the County for such additional services is not timely executed and issued in strict accordance with this Agreement, Contractor's rights with respect to such additional services shall be deemed waived and such failure shall result in non-payment for such additional services or work performed. In the event the County shall require changes in the scope, character, or complexity of the work to be performed, and said changes cause an increase or decrease in the time required or the costs to the Contractor for performance, an equitable adjustment in fees and completion time shall be negotiated between the parties and this Agreement shall be modified accordingly by Change Order. Any claims by the Contractor for adjustment hereunder must be made in writing prior to performance of any work covered in the anticipated Change Order. Any change in work made without such prior Change Order shall be deemed covered in the compensation and time provisions of this Agreement. 6. Compensation/Contract Amount. Upon Contractor's successful completion of the Work, and County's acceptance of the same, County agrees to pay an amount not to exceed $[Insert], as set forth in Exhibits. No payment in excess of that set forth in the Exhibits will be made by County unless a Change Order authorizing such additional payment has been specifically approved by Weld County. If, at any time during the term or after termination or expiration of this Agreement, County reasonably determines that any payment made by County to Contractor was improper because the service for which payment was made did not perform as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from County, Contractor shall forthwith return such payment(s) to County. Upon termination or expiration of this Agreement, unexpended funds advanced by County, if any, shall forthwith be returned to County. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. Unless expressly enumerated in the attached Exhibits, Contractor shall not be entitled to be paid for any other expenses (e.g. mileage). Notwithstanding anything to the contrary contained in this Agreement, County shall have no obligations under this Agreement Solicitation #62500009 Page 19 after, nor shall any payments be made to Contractor in respect of any period after December 31 of any year, without an appropriation therefore by County in accordance with a budget adopted by the Board of County Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C R S 29-1-101 et seq ) and the TABOR Amendment (Colorado Constitution, Article X, Sec 20) 7 Independent Contractor Contractor agrees that it is an independent contractor and that Contractor's officers, agents or employees will not become employees or agents of County, nor entitled to any employee benefits (including unemployment insurance or workers' compensation benefits) from County as a result of the execution of this Agreement Contractor shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to this Agreement Any provisions in this Contract that may appear to give the County the right to direct Contractor as to details of doing work or to exercise a measure of control over the work mean that Contractor shall follow the direction of the County as to end results of the work only The Contractor is obligated to pay all federal and state income tax on any moneys earned or paid pursuant to this contract 8 Subcontractors Contractor acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of Contractor Contractor shall not enter into any subcontractor agreements for the completion of this Work without County's prior written consent, which may be withheld in County's sole discretion County shall have the right in its reasonable discretion to approve all personnel assigned to the Work during the performance of this Agreement and no personnel to whom County has an objection, in its reasonable discretion, shall be assigned to the Work Contractor shall require each subcontractor, as approved by County and to the extent of the Work to be performed by the subcontractor, to be bound to Contractor by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities which Contractor, by this Agreement, assumes toward County County shall have the right (but not the obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and Contractor 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 Solicitation #B2500009 Page 20 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 � 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 Waver 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 matenal(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 Countyof, or payment for, the Work completed under this Agreement shall not be construed as a waiver of any of the County's rights under this Agreement or under the law generally 13 Insurance Contractor must secure, before the commencement of the Work, the following insurance covering all operations, goods, and services provided pursuant to this Agreement, and shall keep the required insurance coverage in force at all times during the term of the Agreement, or any extension thereof, and during any warranty period For all coverages, Contractor's insurer shall waive subrogation rights against County The County requires that all policies of insurance be written on a primary basis, non-contributory with any other insurance coverages and/or self-insurance carried by the County An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a "following form" basis For all general liability, excess/umbrella liability, and professional liability policies, if the policy is a claims - made policy, the retroactive date must be on or before the contract date or the first date when any goods or services were provided to County, whichever is earlier The Contractor agrees that the insurance requirements specified in this Agreement do not reduce the liability Contractor has assumed in the indemnification/hold harmless section of this Agreement The insurance carrier shall provide a minimum,of 30 days advance written notice to the County Solicitation #B2500009 Page 21 for cancellation, non -renewal, suspension, voided, or material changes to policies required under this Agreement On all other policies, it is the Contractor's responsibility to give the County 30 days' notice if policies are reduced in coverage or limits, cancelled or non -renewed However, in those situations where the insurance carrier refuses to provide notice to County, 'the Contractor shall notify County of any cancellation, or reduction in coverage or limits of any insurance within seven (7) days or receipt of insurer's notification to that effect The Contractor shall advise the County in the event any general aggregate or other aggregate limits are reduced below the required per occurrence limit At their own expense, the Contractor will reinstate the aggregate limits to comply with the minimum requirements and shall furnish the County with a new certificate of insurance showing such coverage is in force Subcontractors Contractors' certificate(s) shall include all subcontractors as additional insureds under its policies or subcontractors shall maintain separate insurance as_determined by the Contractor, however, subcontractor's limits of liability shall not be less than $1,000,000 per occurrence / $2,000,000 aggregate Acceptability of Insurers Insurance is to be placed with insurers duly licensed or authorized to do business in the state of Colorado and with an "A M Best" rating of not less than A -VII The County in no way warrants that the above -required minimum insurer rating is sufficient to protect the Contractor from potential insurer insolvency Proof of Insurance Contractor shall provide to County a Certificate of Insurance (COI) The County, in its discretion, may accept other forms of proof of insurance The Certificate of Insurance shall name "Weld County, Colorado, its elected officials, its subsidiary, associated and/or affiliated entities, successors, or assigns, employees, agents, and volunteers to be named as an additional named insured with respect to liability and defense of suits arising out of the activities performed by, or on behalf of the Contractor, including completed operations" In the County's sole discretion, the County mayask to examine a policy, an endorsement, or other proof of insurance if there is a question on coverage Such examination is deemed confidential, and the document is not kept in the record, but simply examined to confirm coverage is present Failure of the Contractor to fully comply with these requirements during the term of this Agreement may be considered a material breach of contract and may be cause for immediate termination of the Agreement at the option of the County The County reserves the right to negotiate additional specific insurance requirements at the time of the contract award Solicitation #B2500009 Page 22 Contractor shall provide coverage with limits of liability no less than those stated below: Required Types of Insurance 8) Workers' Compensation and Employer's Liability Insurance covering all the Contractor's employees acting within the course and scope of their employment The policy shall contain a waiver of subrogation against the County This requirement shall not apply when a Contractor or subcontractor is exempt under Colorado Workers' Compensation Act, AND when such Contractor or subcontractor executes the appropriate sole proprietor waiver form Minimum Limits Coverage A (Workers', Compensation) Statutory Coverage B (Employers' Liability) $ 100,000 $ 100,000 $ 500,000 9) Commercial General Liability Insurance including public liability and property damage covering all operations required by the Work The policy shall be endorsed to include the following additional insured language County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, departments, employees, agents, and volunteers shall be named as additional insureds with respect to liability arising out of the activities performed by, or on behalf of the Contractor, including completed operations " Such policy shall include minimum limits as follows Each Occurrence $ 2,000,000 General Aggregate $ 4,000,000 Products/Completed Operations Aggregate $ 4,000,000 Personal Advertising Injury $ 2,000,000 Fire Damage (Any One Fire) $ 100,000 Medical Payments (Any One Person) $ 10,000 Medical operations coverage shall be provided for a minimum period of one (1) year following final acceptance Completed Operations coverage must be kept in effect for up to -the statute of repose after project completion 10) Automobile Liability Contractor's Automobile Insurance Policy shall include Minimum Limits as follows Bodily Injury/Property Damage (Each Accident) $ 1,000,000 Bodily injury and property damage for any owned, hired, and non -owned vehicles used in the Solicitation #B2500009 Page 23 performance of this contract 11)Professional Liability Contractor shall maintain Professional Liability Insurance covering wrongful acts, errors and/or omissions, including design errors, if applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from professional services provided by the Contractor as part of the Contract The policy/coverages shall be amended to include the following a Coverage shall apply for three (3) years after project is complete b Policy is to be on a primary basis, if other professional coverage is carried Per Loss Aggregate $ 2,000,000 $ 4,000,000 12)Umbrella or Excess Liability Insurance. Contractor shall maintain limits of $1,000,000 and shall become primary in the event the primary liability policy limits are impaired or exhausted The policy shall be written on an Occurrence form and shall be following form of the primary 13)Pollution Liability Weld County requires this coverage whenever work at issue under this Contract involves potential pollution risk to the environment or losses caused by pollution conditions that may arise from the operations of the Contractor described in the Exhibits The policy shall cover the Contractor's completed operations Coverage shall apply to sudden and gradual pollution conditions resulting from the escape of release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste materials, or other irritants, contaminants, or pollutants (including asbestos) If the coverage is written on a claims -made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract, and that continuous coverage will be maintained, or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under this contract is completed Minimum Limits Per Loss Aggregate s$ 1,000,000 1,000,000 14)Builders' Risk Insurance or Installation Floater— Completed Value Basis Unless otherwise provided -in the attached Exhibits, the Contractor shall purchase and maintain, in a company or companies lawfully authorized to do business in Colorado, Builders' Risk Insurance in the amount of the initial contract amount as described in the attached Exhibits, plus the value of subsequent modifications, change orders, and cost of material supplied or installed by others, comprising total value of the entire Project at the site on a replacement cost basis without optional deductibles a The policy must provide coverage from the time any covered property becomes the responsibility of the Contractor, and continue without interruption dunng construction, Solicitation #B2500005 Page 24 renovation, or installation, including any time during which the covered property is being transported to the construction installation site, or awaiting installation, whether on or off site b Such Builders' Risk Insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been made or until no person or entity otherthan the County 's has insurable interest in the property to be covered, whichever is later c The Builders' Risk insurance shall include interests of the County and if applicable, affiliated or associate entities, the General Contractor, subcontractors and sub -tier contractors in the Project d The Builders' Risk Coverage shall be written on a Special Covered Cause of Loss form and shall include theft, vandalism, malicious mischief, collapse, false -work, temporary buildings, transit, debris removal including demolition, increased cost of construction, architect's fees and expenses, flood (including water damage), earthquake, and if applicable, all below and above ground structures, piping, foundations including underground water and sewer mains, piling including the ground on which the structure rests and excavation, backfilling, filling, and grading e The Builders' Risk shall include a Beneficial Occupancy Clause The policy shall specifically permit occupancy of the building during construction Contractor shall take reasonable steps to obtain consent of the insurance company and delete,any provisions with regard to restrictions within any Occupancy Clauses within the Builder's Risk Policy , The Builder's Risk Policy shall remain in force until acceptance of the project by the County f Equipment Breakdown Coverage (a k a Boiler & Machinery) shall be included as required by the Contract Documents or by law, which shall specifically cover insured equipment during installation and testing (including cold and hot testing) g The deductible shall not exceed $25,000 and shall be the responsibility of the Contractor -= for all covered perils within the required policy - Additional Insurance Related Requirements No Limitation of Liability The insurance coverages specified in this Agreement are the minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract or decrease or limit any liability of Contractor The County in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the Work Solicitation #B2500009 Page,25 under by the Contractor, its agents, representatives, employees, or subcontractors The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages The Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types The Contractor shall maintain, at its own expense, any additional kinds or amounts of insurance that it may deem necessary to cover its obligations and liabilities under this Agreement Certification of Compliance with Insurance Requirements The Contractor stipulates that it has met the insurance requirements identified herein All insurers must be licensed or approved to do business within the State of Colorado, and unless otherwise specified, all policies must be written on a per occurrence basis The Contractor shall provide the County with a Certificate of Insurance evidencing all required coverages, before commencing work or entering the County premises The Contractor shall furnish the County with certificates of insurance (ACCORD) form or equivalent approved by the County as required by this Contract The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf The Contractor shall name the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers as "Additional Insureds" for work that is being performed by the Contractor On insurance policies where the County is named as an additional insured, the County shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract Upon request by the County, Contractor must provide a copy of the actual insurance policy and/or required endorsements effecting coverage(s) required by the Contract for examination for evidence of required coverages Copies are not kept as a record, are deemed confidential, and are not subject to disclosure under Colorado's Open Records Act (CORA) All certificates and endorsements are to be received and approved by the County before work commences Each insurance policy required by this Agreement must be in effect at or prior to commencement of work under this Agreement and remain in effect for the duration of the project, and for a longer period of time if required by other provisions in this Agreement Failure to maintain the insurance policies as required by this Agreement or to provide evidence of renewal is a material breach of contract Any modification or variation from the insurance requirements in this Agreement shall be made by the County Attorney's Office, whose decision shall be final Such action will not require a formal contract amendment but may be made by administrative action 14 Mutual Cooperation The County and Contractor shall cooperate with each other in the collection of any insurance proceeds which may be payable in the event of any loss, including the execution and delivery of any proof of loss or other actions required to effect recovery 15 Indemnity The Contractor agrees to indemnify, hold harmless and, not excluding the County's right to participate, defend County, its officers, agents, employees, associated and/or affiliated entities, successors, or assigns its elected officials, trustees, volunteers, and Solicitation #B2500009 Page 26 any jurisdiction or agency issuing permits for any work included in the project, from all suits and claims, including attorney's fees and cost of ,litigation, actions, loss, damage, expense, cost or claims of any character or any nature arising out of the work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any statutes, ordinances, regulation, law or court decree It is the specific intention of the parties that the County shall, in all instances, except for claims arising solely from the negligent or willful acts or omissions of the County, be indemnified by -Contractor from and against any and all claims It is agreed that the Contractor will be responsible for primary loss investigation, defense, and judgment costs where this contract of indemnity applies In consideration of the award of this contract, the Contractor agrees to waive all rights of subrogation against the County, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the County A failure to comply with this provision shall result in County's right to immediately terminate this Agreement 16' Non -Assignment Contractor may not assign or transfer this Agreement or,any interest therein or claim thereunder, without the prior written approval of County Any attempts by Contractor to assign or transfer its rights hereunder without such prior approval by County shall, at the option of County, automatically terminate this Agreement and all rights of Contractor hereunder Such consent may be granted or denied at the sole and absolute discretion of County 17 Examination of Records To the extent required by law, the Contractor agrees that any duly authorized representative of County, including the County Auditor, shall have access to and the right to examine and audit any books, documents, papers and records of Contractor, involving all matters and/or transactions related to this Agreement The Contractor agrees to maintain these_ documents for three years from the date of the last payment received 18, interruptions Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions 19 Notices County may designate, prior to commencemeni 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 Solicitation #82500009 Page 27 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: Position: Address: [Insert] [Insert] [Insert] Address: [Insert] E-mail: [Insert] Phone: [Insert] County: Position: Address: Address: E-mail: Phone: [Insert] [Insert] [Insert] [Insert] [Insert] 20. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. 21. Non -Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other Contractors or persons to perform services of the same or similar nature. 22. Entire Agreement/Modifications. This Agreement including the Exhibits attached hereto and incorporated herein, contains the entire agreement between the parties with respect to the subject matter contained in this Agreement. This instrument supersedes all prior negotiations, representations, and understandings or agreements with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented only by a written instrument signed by both parties. 23. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted, and otherwise made available. Execution of this Agreement by County does not create an obligation on the part of County to expend funds not otherwise appropriated in each succeeding year. Solicitation #B2500009 Page 28 24 Employee Financial Interest/Conflict of Interest,- C.R.S. §§24-18-201 et seq. and §24-50- 507 The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement 25 Survival of Termination The obligations of the parties under this Agreement that by their nature would continue beyond expiration or termination of this Agreement (including without limitation, the warranties, indemnification obligations, confi entiality, and record keeping) shall survive any such expiration or termination, 26 Severability If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties 27 Non -Waiver. The parties hereto understand and agree that the County is relying on, and does not waive or intend to waive by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections provided by the Colorado Governmental Immunity Act §§ 24-10-101 et seq , as from time to time amended or otherwise available to the County, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, or its elected officials, employees, agents, and volunteers No term or condition of this Agreement shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections, or other provisions, of the Colorado Governmental Immunity Act as applicable now or hereafter amended 28 No Third -Party Beneficiary It is expressly understood and agreed that the enforcement of the terms and conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever by any other person not included in this Agreement It is the express intention of the undersigned parties that any entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental beneficiary only 29 Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners of Weld County, Colorado or its designee 30 Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcementof this Agreement Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall have exclusive jurisdiction to resolve said dispute 31 No Employment of Unauthorized Aliens. Contractor certifies, warrants, and agrees that it does not knowingly employ or contract with an unauthorized alien who will perform work under this Agreement (see 8 U S C A §1324a and (h)(3)) nor enter into a contract with a subcontractor that employs or contracts with an unauthorized alien to perform work under this Agreement Upon request, contractor shall deliver to the County a written notarized affirmation that it has examined the legal work status of an employee and shall otherwise comply with all Solicitation #B2500009 Page 29 other requirements of federal or state law, including employment verification requirements contained within state or federal grants or awards funding public contracts Contractor agrees to comply with any reasonable request from the Colorado Department of Labor and Employment in the course of any investigation If Contractor fails to comply with any requirement of this provision, County may terminate this Agreement for breach, and if so terminated, Contractor shall be liable for actual and consequential damages 32 Public Contracts for Services C.R.S. §8-17-101 For public contracts in excess of $500,000 annually, or for public contracts for road or bridge construction in excess of $50,000, Contractor certifies, warrants, and agrees that Colorado labor shall be employed to perform at least eighty percent of the work under this Contract "Colorado labor" means any person who is a resident of the state of Colorado at the time of the public works project, who can provide a valid Colorado driver's license, a valid Colorado state -issued photo identification, or documentation that he or she has resided in Colorado for the last thirty days The County, in its sole discretion, may waive the eighty percent requirement if there is reasonable evidence to demonstrate insufficient Colorado labor is available to perform the work, and this requirement would create an undue burden that would substantially prevent the work from proceeding to completion [This section shall not apply to any project which is funded in whole or in part with federal funds, or where otherwise contrary to federal law in accordance with C R S §8-17-107 and 2 C F R §200 319(c) ] 33 Attorney's Fees/Legal Costs In the event of a dispute between County and Contractor, concerning this Agreement, the parties agree that each party shall be responsible for the payment of attorney fees and/or legal costs incurred by or on its own behalf 34 Binding Arbitration Prohibited Weld County does not agree to binding arbitration by any extra judicial body or person Any provision to the contrary in this Agreement or incorporated herein by reference shall be null and void 35 Acknowledgment County and Contractor acknowledge that each has read this Agreement, understands it and agrees to be bound by its terms Both parties further agree that this Agreement, with the attached Exhibits A and B, is the complete and exclusive statement of agreement between the parties and supersedes all proposals or prior agreements, oral or written, and any other communications between the parties relating to the subject matter of this Agreement CONTRACTOR By Date of Signature Name Solicitation #62500009 Page 30 Title WELD COUNTY ATTEST BOARD OF COUNTY COMMISSIONERS Weld County Clerk to the Board WELD COUNTY, COLORADO BY Deputy Clerk to the Board Perry L Buck, Chair Solicitation #B2500009 Page 31 Exhibit B Schedule D - Bid Response Form Bid Submittal Instructions The following items must be completed and submitted with your bid on or before the bid opening deadline of 10:00 am on February 7, 2025: 1) Schedule D — Bid Response Form 2) Any potential or future Addenda must be completed/acknowledged. 3) All other items as requested in the Bid Specifications and/or Scope of Work. Failure to include any of the above items upon submittal of your bid may result in your bid being incomplete, non -responsive, and your bid being rejected. If there are any exclusions or contingencies submitted with your bid it may be disqualified. Fees Provide fees for this project below: Description Price Civil $ 263,535.00 Architectural $ 75,215.00 Mechanical $ 39,753.00 $ 174,385.00 Electrical Plumbing $ 204,646.00 General Conditions (Insurances/Bond/O&P) $ 130,596.00 $ 339,257.00 Other Structural - PEMB Total Lump Sum Cost $1,227,387.00 Attestation The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all the conditions, specifications and special provisions set forth in the Invitation for Bid for Request No. #B2500009. 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. Acknowledgement that bidder is required to submit a current IRS Form W9 upon award and prior to contracting. 5. Acknowledgement of Schedule E — Insurance and Bond 6. Acknowledgment of Schedule F — Weld County Contract 7. By submitting a responsive bid or proposal, the supplier agrees to be bound by all terms and conditions of the solicitation as established by Weld County. 8. Weld County reserves the right to reject any and all 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. Solicitation #B2500009 Page 10 Item Entry Company Name: TCC Corporation Address: 6820 Powell Street, Loveland, CO 80538 Phone 970-460-0853 bcrownover@tcccorp.net Email: 84-0964449 ID FEIN/Federal Tax #: CONTRACTOR: By: Name: Brian Crownover Title: Vice President 2/13/25 Date of Signature Solicitation #B2500009 Page 11 Addendum # 1 Bid Request Number B2500009 Dacono Grader Shed Currently Reads: Page E0.5 — (N) Emergency Diesel Generator `G-1' 120/240 Volt, 1 phase, 3 wire, 60 KW (75 KVA) 250 amps, Tier 2 Standby Change: Change to read: (N) Emergency Diesel Generator `G-1' 120/240 Volt, 1 phase, 3 wire, 60 KW (75 KVA) 250 amps, Tier 2 Standby, and must be one of the following manufacturers Cummins, Kohler, Generac. Currently Reads: Page E0.0 Luminaire Schedule, has fixture designation SS1. Change: Change to read: Fixture Designation SS1, Luminaire Schedule on page E0.0. Is the wrong designation and should be SS2. Currently Reads: Attachment 4 was not included. Change: Change to read: Attachment 4 — Septic Design included. Questions and Answers 1. Question: Page 6 of Invitation for Bid, Specific Requirements and Responsibilities, notes a submittals timeline of 30 days after contract execution. This may not be enough time to write subcontracts and prepare and submit all of the submittals including shop drawings for the project. We can provide a submittal schedule in this amount of time and likely have submittals withing 45-60 days. Please confirm slightly more time for submittals is acceptable. Answer: Yes 60 days is acceptable 2 Question Page 8 Invitation for Bid, item 11 , says no bid bond is required for this project Page 16, Bonds, notes 5% bid bond is required for projects over $50,000 Please confirm no bid bond required Answer 5% Payment and Performance Bond is required, and Bid Bond is required 3 Question A7, Please confirm PEMB wall insulation to be Simple Saver R25 One wall section shows Simple Saver R25 but other sections show R19 vinyl back Specification also calls for Simple saver R25 Answer Wall insulation shall be Simple Saver R25 4 Question Invitation for Bid, Schedule B Specific Requirements and Responsibilities item 11 notes contractor is responsible for providing a complete access control system, ICT Prot�g� GX Enterprise System However, this scope does not appear to be represented in the drawings or specifications Please advise and provide detail of locations, hardware, spec, or confirm this scope is by others Answer Contractor is responsible for providing all head unit equipment, HES electric door strikes, ICT card reader with keypad, door switch, pathway, wiring, and all components needed to provide a complete system Doors with access control include the following 101A, 101C, 101F, and 105 5 Question A2, shows 6" diameter bollards, 3/8" thick Schedule 40 pipe is slightly thinner wall than 3/8" and schedule 80 pipe is slightly thicker than 3/8" thick We typically provide schedule 40 bollards Please confirm schedule 40 is acceptable Answer Schedule 80 will be required 6 Question A3, room finish schedule shows floor finish as sealed concrete Spec section 03000 calls for a Sonneborn Kure N Seal 0800 to be applied at concrete placement Is this the only sealer required or -is there another product to be applied per the sealed concrete noted on finish schedule'? If another product please specify Answer Ashford Clear Seal will be required after concrete is cured per the manufacturer's specifications 7 Question C2 shows 15' emergency overflow at elev 5084 5 Is this just a grading elevation or is there to be some cast civil element here'? Please provide detail Answer Please see C2 for spillway rip rap details 8 Question Please advise if surface mount of electrical rough in at liner -panel locations is acceptable or if that is to be concealed Answer Surface Mount for electrical rough in will be acceptable at the metal wall liner panels only 9 Question What are the specs on sand oil interceptor and septic tank'? Answer Please see drawings for sand oil interceptor and Addendum #1 Geotech attachment for the septic tank design 10 Question Al, shows FEB on shop side of IT 105 wall What is FEB? Answer Fire Extinguisher Base 11 Question P1 notes owner supplied air compressor El 0 notes contractor furnished and installed air compressor Please clarify and if that is to be contractor furnished and installed then please provide spec Answer Air Compressor is to be Contractor Furnished Contractor Installed Compressor shall be Ingersoll Rand UP6-10-125 This compressor shall be ordered in single phase and coordinated with the electrical design and requirements Contractor is responsible for all electrical connections 12 Question Cl keynote 15 provides dimension and thickness of fuel tank pad as 33' X 14' X 1' CONCRETE PAD REINF W/ #4 AT 16" O C , A2 shows that as a 6" slab with thickened edge detail over class 6 road base Please confirm which sheet to follow and advise if road base is required under the slab in both conditions Answer Road Base is required and shall be 6" in total depth Please refer to keynote 15 on Cl for dimensions and reinforcing 13 Question A2, there is a herringbone hatch show adjacent to the fuel tank noted equipment area, but it's not clear what that is supposed to be Please clarify what is the equipment area and is it to contain any specific equipment'? Answer This is the area where the Islander Prime fueling, and Fuel management exterior equipment is to be mounted Final location shall be determined and approved by the Weld County project manager prior to installation 14 Question A2, A3, the wall types indicated on the finish plan do not appear to correspond to what is represented in plan There don't appear to be any furred gyp walls represented on the inside of the PEMB wall in restrooms, office, and IT rooms yet in the finish schedule there is a framed wall designation There are no GDW-1 B walls indicated on the finish schedule, but it appears there are to be GDW-1 B walls visually in plan Walls that are indicated to be furred walls at PEMB are indicated as GDW-2 and that won't be possible to put a two sided gyp wall as a furred wall at PEMB The furred walls appear to be correctly indicated in 4/A7, but not called out Wall between restrooms is shown as 7" and this does not correspond to the wall type descriptions on A3 Please review the plan and finish schedule and advise Answer Bid per project drawings 15 Question Sheet A5, Light Base Detail There are (2) dimensions given for the light base diameter, 40 5" and 18" Which is correct? Answer 18" is correct 16 Question Interior Slab on Grade Sheet A6 calls for 6x6 — W2 9xW2 9 WWF in the slab Structural note 5b on S2 calls for #4 @ 16" ew Which is correct? Answer Note 5B on S2 is correct, #4 @ 16" EW is correct 17 Question A7 calls for 1 1/2" washed rock below SOG, S2 calls for 4" class 6 road base below SOG Which should we provide? Answer 4" Class 6 Road Base per the structural drawings 18 Question -It appears the main frame PEMB structure is specified as primed Assuming these are to be field painted, confirm Answer Paint shall be factory applied but may be touched up in the field 19 Question Geotech report says footings can be placed on native soils, but A7 says over excavate 12" below footing Please advise which method we should price Answer 12" Over excavation is required 20 Question Geotech Report identifies two different SOG subgrade preps, existing soils or 2' of engineered fill depending on which design modulus is used Please advise which we are to provide at SOG condition Answer Bid per project drawings 21 Question What is the planned depth of the Class 6 road -base? Answer 4" under SOG, 8" everywhere else 22 Question Is the mezzanine open'? If so, does it get a rail'? Answer Please see notes on project drawings A Framed and finished 42" wall is required 23 Question Wall insulation, one drawing calls for R25 simple saver and another drawing calls for R19 vinyl back Can we bid either option'? Answer Simple saver system is required 24 Question On the metal building supplier, can we use a builder if they are not listed i e Alliance Answer Must meet or exceed project specifications, Weld County project manager has sole discretion in determining if supplier meets or exceeds project specifications 25 Question Drawing P 09 states owner is providing the propane tank Is this correct'? Is GC installing'? Answer OFCI 26 Question Drawing C2 calls for a 15' emergency overflow, is there a detail'? Answer Please see project drawings for specifications for spillway and details on C2 27 Question Fence demo on C1, is it just on the north and east side, just to entrance'? Answer Yes 28 Question Drawing A2 fuel island slab shows equipment area (blocked area), is that just a concrete slab there? Answer See previous question 29 Question C1 note 1 shows location of water meter Is the ware main line we connect to in the easement on the road? Do we know the location? Answer Contractor to determine final location of meter with County approval Yes the main is in the easement of the road 30 Question Driveway/entrance is shown as 30' Gate spec states 24' opening rolling gates (2) 13' leaf's which will extend into the yard Additional posts will be required in the yard on both sides of the entry to hold the track rail A single cantilever gate would only require posts on one side of the opening and is more reliable without any ground contact wheels I have attached two approximate drawings showing both the dual rolling gates and the cantilever gate with bollard options Is a single cantilever gate an acceptable alternative'? Does the owner want to include bollards? Answer Bid per project drawings and specifications 31 Question Is there a tap fee for the new water line? If so, who will be responsible for paying the tap fee? Answer Weld County will be responsible for all Plant Investment fees Contractor is responsible for all other associated utility fees 32 Question Who is responsible for material testing / compaction testing? Third party by Weld County? Answer Third Party by Weld County Contractor is responsible for coordination with the third party for all testing 33 Question Who is responsible for survey? Answer Contractor 34 Question El 0 states contractor responsible for air compressor AC -1 supply and install However, Work Note 1 on P1 states that air compressor is owner supplied Please clarify who supplies and installs air compressor Answer CFCI, see previous question for specification 35 Question Please provide depth to which road base is placed at? Answer 8" 36 Question The RFP states that contractor is responsible for winter weather protection Is this to be an allowance provided to Weld County for a certain number of days'? Do you allow a certain number of calendar weather days to carry on the construction schedule'? Answer Contractor is required to provide winter protection for typical Colorado seasonal weather conditions Weather days may be allowed but is up to the sole discretion of the Weld County Project Manager 37 Question the IFB, page 7, note 11 states to provide an Access Control System, but the plans are not referencing access controls Furthermore, Attachment 2 — Bid Specs references keyed doors Please confirm if the building is to be access controlled or not via an ICT Prot�g� GX Enterprise system'? a If required, please provide the current access controls vendor(s) for Weld County Answer See previous question 38 Question Please provide who the electrical provider is for property Answer United Power 39 Question Is contractor to provide retractable extension cord reels'? Answer No, they are Owner Provided 40 Question Is there a detail on the required gate that you can provide'? If not, will (2) 12' Corral Panel Gates be sufficient'? Also, is there a locking mechanism that is required'? Answer See project specifications and this addendum 41 Question Please confirm "Air Drops" on A8 are compressed air drops'? These don't align with the compressed air drops that are called out on P1 Answer Bid per P1 details 42. Question: Is 4/S2 on S1 supposed to be detail 3/S2 on S2? Answer: Yes 43. Question: Is 3/S2 on S1 supposed to be detail 2/S2 on S2? Answer: Yes 44. Question: Please clarify detail 1/M0.2 (Louver Connection). Does the louver assembly need to be attached to an extension of interior ductwork that then is insulated? We are not quite following this detail and assumingly most louvers terminate flush to the metal building interior with the hood on the exterior. Answer: Yes, Per details 45. Question: Detail 1/A7 and 4/A7 on page A7 references "Over -Excavate 12" Below Footing Line", but the Geo-Tech does not mention this. Please clarify. Answer: See previous questions. 46. Question: The Geo-Tech makes no reference to septic leech field design. This will be required to properly understand the percolation for the existing soils. Is the design of the septic system a GC carried item? Answer: See Addendum 1 attachment. 47. Question: Work Note 5 on page E0.5 references "Provide, Install, Test, and Commission Stationary Diesel Fuel Generator". However, there are no specs for the emergency generator G-1 in the equipment schedule. Please provide specifications for generator. Answer: See detail 1 On E0.5 for the single line diagram. 48. Question: The PEMB Column/Rafter per plan seem to conflict with the mezzanine height dimensions and roof slope and will be unlikely to meet min. headroom clearances when walking on mezzanine, if that is the intent? Also, PEMB Column on grid line A2 on S1 interferes with mezzanine width along with IT room 105 layout. Answer: PEMB is a deferred submittal and design. Contractor is responsible for PEMB design and all associated cost. 49 Question Exposed Deck Paint? Is there going to exposed decking to be painted? Answer See previous questions 50 Question Sheet A5 / Light Base Detail - There are (2) dimensions given for the light base diameter, 40 5" and 18" Which is correct? Or does it have a tapered base to 40 5"? Answer See previous questions 51 Question Equipment Pads - For the fuel island, there are conflicting notes Sheet C1 calls for the fuel station pad to be 1' thick, Sheet A2 says 6" with a 12" turn down edge Which is correct? Answer Pad shall be 12" total thickness Due to grades one side of the fuel pad will have 6" exposed while the other has approximately 12" 52 Question Interior Slab on Grade - Sheet A6 calls for 6x6 — W2 9xW2 9 WWF in the slab Structural note 5b on S2 calls for #4 @ 16" ew Which is correct? Answer See other questions 53 Question ,Are there requirements that need to be met to manage the prairie dog population on property? , Answer No 54 Question Can the clear/grub stnpping's be spread out within the pond if we use the pond excavation as fill material'? Answer No 55 Question Can any -export material be spread around the site outside of -limits of disturbance or does any excess material need to be exported off -site? - Answer Excess materials must be hauled off site 56 Question Assuming 4" class 6 road base under building SOG? Answer Yes 57 Question Assuming 8" of Class 6 placed on all areas keynote 17 on C1 with an scarify and recondition of 8" on all areas too? Answer Yes 58 Question On the #5 Tension Tie Bars are you looking for a special type or grade of bar or can we use Grade 60 5/8" Rebar for this application? Answer Yes that is acceptable 59 Question Per Civil Site Plan, Sheet C1, Keynotes 4 and 5, a septic tank and leach field are called -out Please provide the design/specification information for these items and/or where the information is located in the contract documents Answer See previous question 60 Question Per Civil Site Plan, Sheet C1, Keynote 17, parking lot includes class 6 road base, however, depth required is not shown Please provide Class 6 road base section depth Answer 8" 61 Question On drawing sheet A5, the Area Light Standard Base detail indicates that the light pole is 3'-4'/4" diameter at the bottom of the detail but the note on the side of the detail indicates an 18" diameter Please advise on the diameter of the light pole Answer 18" 62 Question On Page 8 of the IFB, in the section entitled "Weld County Facilities Department Standard Terms and Conditions" item 11 states "No bid bond is required for this project " However, page 16 of the IFB document states that a 5% Bid Bond is required at the time of Proposal Submittal for projects over $50,000 Can you clarify if a Bid Bond in the amount of 5%of the proposed value is or isn't required at the time of Proposal Submittal if the value exceeds $50,000? Answer Bid Bond is required 63 Question Please clarify what type and R -value of insulation is needed for both the walls and ceiling Answer See previous questions 64 Question Speaking with Central Weld Water I was informed that a 1" water tap is 185K Will this fee be paid by the contractor or Weld County'? Also, you have to pay the deposit for Central Weld water to submit a petition to the Northern Colorado Conservatopj to be included in the Central Weld Water service area - This process could take 3-12 months to get approval to get water service to the property How will this affect the start date of the project and build out'? They could also deny the request for service to that address altogether Answer Contractor is responsible for coordination for all utilities Weld County will pay all plant investment fees Any other fees shall be paid by the contractor 65 Question Please confirm pad thickness for generator and propane -tank or confirm if pads are to match details for fuel island slab Answer Propane and Generator concrete pads are to be 6" thick 66 Question Please provide desired material and manufacturer for ship ladder Answer See project specifications 67 Question Page 8 of Bid Specs states that no bid bond is required, however page 16 states if the project is over $50,000 a 5% bid bond is required Please confirm if a bid_bond is needed Answer Bid bond is required 68 Question Note on Alreferencesa 42" wall above the mezzanine floor, but the wall section does not reflect any wall extending past the ceiling/mezzanine floor Please confirm if 42" wall above mezzanine is to be continued metal stud framing ' and drywall or if a railing is intended Answer Yes that is correct, it shallextend 42" and be metal stud framed and drywall finish - _ 69 Question Sheet A6 notes building slab to be reinforced with 6X6 W2 9XW2 9 WWF, but sheet S2 Calls for #4 @ 16" EW, please confirm which is correct Does this also apply to front concrete apron'? Answer #4 @ 16" EW is correct, including the concrete apron 70 Question Detail 3/A6 shows the trench grate angles to be 3-1/2" tall and detail 4/A6 shows the grating to be 1-1/2" thick, this would leave a raised edge on the grate angle, please confirm angle height and grate height answer Angle height and grate height are to match and shall be 3-1/2"°each 71 Question Sheet PO 1 has the air compressor in the schedules, but sheet P1 note #1 says air compressor is owner supplied, please confirm is air compressor is OFCI or CFCI Answer Air Compressor is CFCI 72 Question Please confirm if Propane Tank is to be OFCI, CFCI, or OFOI Answer Propane Tank is OFCI 73 Question Please confirm if there is a specified temperature control contractor called out in note B of the Fan Schedule or if TCC is referencing the awarded HVAC subcontractor Answer See project specifications for CO/NO2 control requirements by Setpoint Systems 74 Question Sheet C1 mentions the Geotech report for size of Septic Tank, there are none specifically mentioned in the Geotech report, please confirm septic tank size, and if there is an engineered design for the system Answer See previous questions 75 Question Sheet A7 calls for 12" over excavation below footing, however the Soils Report does not indicate a required over excavation for footings or slab, please confirm if over excavation is required Answer See previous questions 76 Question Do we have a manufacturer or,spec for the floor sealant? Ashford? Answer Please refer to specifications, but Ashford Clear Seal is approved: - 77 Question Are we painting or sealing mezzanine floor? Answer No 78 Question Does the chain link fence get fabric'? Answer Yes, please refer to specifications 79 Question Sheet A5, light base detail there are (2) dimensions given for the light base diameter, 40 5" and 18", which is correct'? Answer 18" is correct 80 Question Equipment pads, for the fuel island, there are conflicting notes Sheet C1 calls for the fuel station pad to be 1" thick, Sheet A2 says 6" with a 12" turn down edge, which is correct'? Answer See previous questions 81 Question Interior slab on grade, Sheet A6 calls for 6x6 -W2 9xW2 9wwf in the slab Structural note 5b on S2 calls for #4 @ 16" EW, which is correct'? Answer #4 @ 16" EW is Correct 82 Question Drawings C2 says to refer to Geotech report for septic system sizing Geotech does not mention the septic system Can we get sizing'? Answer See previous questions 83 Question Is there a detail on the leach field'? Requirements'? Answer See previous questions 84 Question Is a bid bond required'? Answer Yes, a 5% bid bond is required 85 Question Is Weld County covering tap fees'? Answer Weld County will be responsible for all Plant Investment Fees, all other fees shall be the responsibility of the contractor 86 Question It was mentioned in the Prebid that a Vaughn holding tank is required Vaughn is not available so we can provide an equal too Answer Yes, an equal to or greater will be accepted 87 Question Sheet S1 shows tie beam/thickened slab for building Detail says 4/S2 The detail 4/S2 looks to be mezzanine information Is detail 3/S2 the one for the tie beams/thickened slab? Answer See previous questions 88 Question Is testing and inspection by the owner? Or GC'? Answer All third -party testing cost will be covered by the owner Contractor is responsible for coordination with the third -party testing company 89 Question Sheet A3 calls out specialties for restroom It states Paper Towel Holder is supplied by owner Is that the only item supplied by owner'? Answer Paper Towel, Soap Dispenser, and Toilet Paper Dispenser are OFCI All other accessories are CFCI 90 Question Electrical drawings show cameras Are we providing and install cameras'? Answer No, this is for reference, Weld County will provide and install cameras Contractor is responsiblafor all raceways See electrical specifications and drawings for requirements 91 Question The ICT access control called out in the Scope of Work What does that scope consist of keypad, key card, biometnc scanner'? Do all (3) exterior doors receive ICT access'? Any interior doors'? Answer See previous questions 92 Question The fire code says bollards around the fuel tank should be 4' apart and 4' from the tank Drawing sheet A2 shows the spacing and distance further than the code For the bid should we pnce the drawing or what the code states'? Answer Bid per project drawings and specifications 93 Question Regulation says emergency fuel shutoff switch must be a least 20" away from dispensing area, but not more than 100' Drawing shows shutoff too close How should it be priced'? Answer Bid per project drawings and specifications, as it shows the EPO on the light pole base over 20' feet away 94 Question What exactly is a "D -Fleet 5 aboveground fuel storage tank " On drawing sheet A2, Note #4 Please provide information/clarification on this Answer D Fleet 5 Fuel Tank is a skid mounted fuel storage tank and dispensing system 95 Question Please provide more information/specification for the septic system Answer See previous questions 96 Question 1" waterline shows proposed meter pit Is water provider going to stub it into lot or do we need to go all the way to the main? If we go to main, please provide the location, size, material, etc Answer See previous questions about main location Tie in will be at main 97 Question Drawing sheet C-4, Section B -B does not give a dimension as to size of hole in orifice plate Please provide this information Answer See previous questions 98 Question there need to be a weir wall at the overflow in the detention pond? With the way that the rip rap is shown on the drawings, it would be consistent with having a weir wall but it's not shown on the drawings Answer No Wier Wall is required 99 Question On the mezzanine floor, on drawing Al, there is a note that indicates a 42" high wall on 2 sides of the mezzanine Detail 4 on A7 does not show this wall for the mezzanine Assuming this wall is needed for safety, does the wall get drywall on both sides or does the liner panel need to extend to the top of this wall on the shop side? Answer See previous questions 100 Question The finish schedule indicates to paint the exposed structure in the Garage Does that mean,that the simple saver insulation and any exposed steel structure is to be painted? If the exposed structure is to be painted, do the walls in the Garage get painted above the liner panel? Answer See previous questions 101 Question Please provide a specification for the sealed concrete finish that is called out throughout the building Answer See previous questions 102 Question Keynote #15 on C1 indicates the thickness of the fuel pad is 12" but on drawing sheet A2 it indicates that the thickness is 6" What does the thickness of the fuel pad need to be? Answer See previous questions 103 Question There is conflicting information in the invitation for bid regarding the bid bond Is a bid bond required for this project? Answer See previous questions 104 Question Can you confirm the card reader door locations? Answer See previous questions 105 Question Can you confirm the location for the access control panel? Answer Room 105 106 Question At the fuel island is there a card reader required? If so is owner supplying? Answer Yes, this is part of the Islander Prime and EKOS fueling systems and is the responsibility of the contractor 107 Question Please confirm that all conduit, wiring and power to the fuel island is be the fuel island subcontractor? Or by the Electrical subcontractor? Answer Contractor is responsible for all conduit, wiring, and power to and from the fuel island to provide a complete system 108 Question On page 24 of ITB for Professional Liability, coverage is for 3 yrs? And it has t be the Per loss $2M and Aggregate $4M? Answer Professional Liability will be required 109 Question Could you confirm the water provider for the main line to be tapped, as well as the assumed size of the line? Answer See previous questions 110 Question Regarding the specifications on 09000-2 "Finish 2 Coats B42W00083 - Pro Industrial Waterborne Acrylic Dryfall-Semi Gloss," what specific areas are to be painted with "dryfall" " Answer all exposed metal shall be factory painted per specifications Field painting will be limited to touchup only 111 Question Should we assume the deck will be painted and then covered by vinyl -faced insulation, in addition to painting all interior panels above the liner panels'? Answer See previous questions 112 Question Are the structural columns for the PEMB also to be painted Answer See previous questions 113 Question Could you confirm if this project is tax-exempt? Answer Yes, Weld County is Tax Exempt 114 Question Is the low -voltage wiring specified as CAT5 or CAT6" Answer Weld County will provide all low voltage cabling except for what is required for the lighting systems Contractor is responsible for all in wall pathways for low voltage cabling NLight lighting system requires CAT6 Cabling 115 Question We noticed no WAPs (Wi-Fi Access Points) indicated in the shop Should these be included to support equipment or cell phone connectivity Answer Weld County will be responsible for all WAPs 116 Question The plan shows single drops in the office Will phones be daisy - chained, or could you specify the type of phones to be used Answer See previous questions 117 Question Could you please provide the specifications for the 5 -camera system, including details about the cameras themselves Answer Weld County will be responsible for all camera systems Pathways are to be provided by the contractor for all in wall or underground cabling needs 118 Question Confirm requirement fora bid bond Answer Bid bond is required 119 Question Confirm requirement for professional liability insurance Answer Professional Liability insurance will be required 120 Question Confirm revised foundation design to integrate a portal frame would be accomplished at no expense to contractor? Answer Foundation plans were engineered and designed for a portal frame as shown on the project drawings Any changes requested by the PEMB contractor will be the responsibility of the contractor including all associated cost 121 Question Confirm requirements for paint on the "ceiling" of the "garage" Answer See previous questions 122 Question Confirm requirements for 24 Ga exterior metal wall panel Answer See previous questions 123 Question Confirm detention pond orifice plate (36x15x1/4") is "stainless steel " Answer Yes 124 Question Provide spec for concrete floor sealant Answer See previous questions 125 Question Confirm requirement for electrical utility transformer pad Answer This must be coordinated with United Power and is the responsibility of the contractor 126 Question Confirm location of automatic transfer switch Answer Room 105 127 Question Confirm requirement for propane tank equipment pad Answer See previous questions 128 Question Confirm requirement for stand by generator equipment pad Answer See previous questions 129 Question Provide details for the leach field Answer See addendum 1 attachment 130 Question Provide details for light pole base Answer See previous questions 131 Question Provide details for fueling system emergency power off switch Answer See previous questions 132 Question Confirm requirement to remove underlying siltstone bedrock to comply with minimum separation below building foundation, as noted in the geotech report Answer Yes, and at a minimum 12" below foundation 133 Question Confirm section depth and subsurface prep for CL6 aggregate road base Answer 8" 134 Question Clarify the subbase condition under concrete slab Answer 4" Class 6 Road Base 135 Question For bollards would a 7" diameter be accepted rather than the 6" __ called out Answer Bid per specifications 136 Question Division 10 - Specialties, Page 1 Fabric The documentation outlines that 9 GA x 2" Mesh is required Assumed to be "Knuckle/Twist" Chain Link Fabric, Please confirm Answer Yes, that is correct 137 Question Sheet C1 note 14 calls for removal of existing fence, please clarify the linear feet of extent of removal and what fence type is being removed Answer The north and east side of the property fencing is to be removed Contractor is responsible for verifying dimensions and existing field conditions 138 Question Please provide if air hose reels are to be contractor furnished and if yes, please provide specifications for air hose reels Answer Air hose reels are OFCI 139 Question Per work note 2 on sheet El 0, it mentions control winng,-is there a spec for control stations, and please confirm if electrical contractor to only provide conduit and boxes for controls and not providing the devices and wiring Answer See previous questions 140 Question Plans show a control station at generator but has no additional information, please provide a spec for Emergency Power Off (EPO) at generator and fuel island Answer See previous questions 141 Question Keynote 9 on C1 references 12" thick concrete apron, but there is no reinforcing schedule Please confirm its placed at 12" thick and what reinforcing you want Answer See previous questions - 142 Question Does Weld County have a preferred vendor for the PEMB? Answer See previous questions - 143 Question The fuel emergency stop switch in the drawing is very close to the dispenser The requirement for locating that switch is a min of 20' and a max of 100' 25000 That said where would they like it to be placed? ' Answer Must be within code requirements, final placement of emergency stop will be determined by contractor and Weld County project manager to ensure it meets all code requirements 144 Question E0 5 — One -Line diagram — all the designations for conduit and wire have a (2) next to the Is the engineer calling for parallel runs') Answer Yes, that is correct 145 Question Fixture Type SS1 from the schedule is not in the print, but there is a Type SS2 Is this the same fixture, just a wrong designation'? Answer Yes, Type SS1 on the Luminaire Schedule is incorrect and should be Type SS2 146 Question Who is the Utility Provider, so we can select the appropriate disconnect/meter cabinet' Answer United Power 147 Question Is there an equipment list for the Low volt / Security cameras'? Answer See previous questions 148 Question Does the low volt cabling for the cameras need to be in conduit'? Answer See previous questions 149 Question There is no specification on the tank gauge system Outside of two tank level gauges and an interstitial sensor are there any other requirements'? Answer Bid per specifications for Fuel Island and Propane Tank 150 Question Where is the desired location for the tank gauge system's _consoles -needs to be mounted indoors with a network communication provided by owner at this location Please clarify Answer Room 105, Weld County will provide the communication cabling required to tie the console into the Weld County Network All other communication and cabling is the responsibility of the contractor 151 Question Will standard metal building manufacturer products (i e proprietary roof and wall panel profiles) be acceptable, or do we need to provide submittals prior to bid? Answer Standard PEMB products are acceptable Contractor must provide submittals for approval prior to ordering but is not required prior to bid 152 Question What is the girth depth required for the building? Details do not call out a measurement, but they scale out to be 8" Answer PEMB is a deferred submittal and final design, and engineering is the responsibility of the contractor and shall be included in their bid 153 Question Please clarify the girt type for each wall According to sheet A7 the grid lines 1, 4, and A are drawn as bypass (outside the main frame line) and Grid Line D is shown as flush (within the frame line) Paragraph 7 of the Specification Section 13290 Pre -Engineered Metal Building states "The wall girts shall be flush mounted (by-pass) to keep the walls as close as possible to the frame members " Answer PEMB is a deferred submittal and final design, and engineering is the responsibility of the contractor and shall be included in their bid 154 Question Please provide the following design criteria Spectral Response Acceleration at short periods, Ss / Spectral Response Acceleration for 1 Second, S1 / Seismic Site (soil) Class Answer See project specifications and requirements 155 Question What is the required uniform collateral the building must be designed for'? Answer PEMB is a deferred submittal and final design, and engineering is the responsibility of the contractor and shall be included in their bid 156 Question Please clarify the appropriate insulation system as required by the 2018 IECC Answer See previous questions 157 Question Can framed openings be moved in order to accommodate building framing'? With the girt spacing required to be 4'-0" on center, the girt at elevation 112'-0" will require the fan EF1 to move up The north elevation on sheet A4 calls for a sill height of 11'-8" or to verify the location of the girt Answer Yes, framed openings like EF1 can me moved to accommodate the girt locations These must be approved by the Weld County project manager prior to framing and installation Any changes and associated cost will be the responsibility of the contractor and shall be included in their bid, 158 Question Please specify a product for the exterior wall panels Paragraph 9 of the Specification Section 13290 Pre -Engineered Metal Buildings calls for 24ga concealed fastener wall panels Metal building manufacturers typically supply 26ga exposed fastener R -panel profiles Answer 26ga exposed fastener R -panels will be acceptable 159 Question Please provide a roof plan that shows roof penetrations required, if any Keynotes 3 & 4 on sheet M1 call for through -roof penetrations Most can be installed with a Dektite pipe boot flashing, however, any openings larger than 12" would need a framed opening with a roof curb Answer PEMB is a deferred submittal and final design, and engineering is the responsibility of the contractor and shall be included in their bid Coordination for roof penetrations is the responsibility of the contractor 160 Question Please specify a product for the snow guards Answer PEMB is a deferred submittal and final design, and engineering is the responsibility of the contractor and shall be included in their bid 161 Question Will Prevailing Wage Rates be required for this project'? If so, please provide the appropriate wage determination scale Answer No, prevailing wages are not required 162 Question_ Is there a known engineers estimate on this project'? Answer No 163 Question Is the sanitary storage tank included in this contract scope'? If so, do you have any more spec on it'? Is there an outlet detail on the piping'? Answer Yes, See project specifications and drawings 164 Question Is the septic tank included in this contract scope? If so, can we get more specs on it'? Answer Yes, See project specifications and drawings 165 Question Why do the drawings show a gas regulator at the air compressor'? Answer A gas regulator is not required for the air compressor 166 Question Can we get spec requirements on the area drains? Answer See project specifications and drawing detail 4/A6 167 Question Are there any proprietary vendors? Access Control or Fire Alarm for instance'? Answer Access Control must be ICT prot�g� system Fire Alarm must be Honeywell Firelite system 168 Question Is the project subject to Liquidated Damages'? if so, what is the amount per calendar day'? Answer No 169 Question What is the onsite OAC meeting frequency'? Answer Once a week Day and time will be determined with the successful contractor and Weld County PM 170 Question Is a direct employed full-time on -site Superintendent required'? Answer Yes 171 Question Can you confirm that all Permit fees will be direct paid by the county'? Answer All Building permit fees will be paid by the County Any other permits and their associated fees are the responsibility of the contractor 172 Question Can you confirm that Testing and Inspection Services will be direct contracted by Owner'? Answer: See previous questions. Addendum Acknowledgement ***A signed copy must be submitted with your bid. Thank you!*** Company Name: � C L Cot FUrzfli tON Signature ItN,-_ Na Title: t (LAN Crtcovet_ ro_es t i2EN ( February 4, 2025 e 2S Da e o Signature Addendum # 2 Bid Request Number B2500009 Dacono Grader Shed Currently Reads: Page 9, Schedule C Procurement Schedule currently states the following. Advertisement Date Pre -Proposal Meeting (Mandatory) Technical Questions Due Technical Questions email Questions Answered via Addendum Proposals Are Due Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Notice to Proceed (Anticipated) Completion Change: Change to read: Advertisement Date Pre -Proposal Meeting (Mandatory) Technical Questions Due Technical Questions email January 10, 2025 January 24, 2025, at 1:00 pm 1105 H Street, Greeley, Colorado 80631 January 31, 2025, by 5:00 pm bids©weld.gov February 4, 2025 February 7, 2025, by 10:00 am Purchasing's Clock February 26, 2025 March 12, 2025 March 17, 2025 October 17, 2025 January 10, 2025 January 24, 2025, at 1:00 pm 1105 H Street, Greeley, Colorado 80631 January 31, 2025, by 5:00 pm bids@weld.gov Questions Answered via Addendum Proposals Are Due Solicitation Notice of Award (Anticipated) Contract Execution (Anticipated) Notice to Proceed (Anticipated) Completion Addendum Acknowledgement February 4, 2025 February 13, 2025, by 10:00 am Purchasing's Clock March 3, 2025 March 17, 2025 March 24, 2025 October 17, 2025 ***A signed copy must be submitted with your bid. Thank you!*** Company Name: I GC Co&rotcToP\1 Signatur 11 Name: SIZIaN CitowNavE� Title: Vr cc acts 17C-Nr February 4, 2025 Z iolZS Da e of Signature Bid Bond Af Document A3IOTM - 2010 CONTRACTOR: (Name, legal status and address) TCC Corporation 6820 Powell Street Loveland, CO 80538 OWNER: (Name, legal status and address) Weld County Facilities Department 1105 H Street Greeley, CO 80631 SURETY: (Name, legal status and principal place of business) NGM Insurance Company 4601 Touchton Rd. E., Ste 3400 Jacksonville, FL 32246-4486 BOND AMOUNT: $ Five Percent (5%) of the Total Bid Amount PROJECT: (Name, location or address, and Project number, if any) Dacono Grader Shed 3927 WCR 17 Dacono, CO 80514 IFB/Project No.: B2400009 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory ADDITIONS AND DELETIONS: The author of this document may have revised the text of the original AIA standard form. An Additions and Deletions Report that notes revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of this document indicates where the author has added to or deleted from the original AIA text. This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. AIA Document A310 — 2010. Copyright C 1963, 1970 and 2010. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and -AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:58:20 PAST on 02/04/2025 under Subscription No.20240085191 which expires on 12/04/2025, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (67a2a94c6738208acca6bdd7) bond and not as a common law bond. Signed and sealed this 1 3th day of February , 2025 (Witness)Brian Crownover (Witness) William R. Gr•cif, Attorney -in -Fact TCC Corporation (Contractor as Principal) (Seal) (Title)Ernie Crownover, President NGM Insurance Company (Surety) eat (Seal) (Title)Tin, 1l�fitc hull, ,f (tornel'-in-Fact Mrr I g• sr yam. de 'Ws ere '/,/ILO AIA Document A310 - 2010. Copyright © 1963, 1970 and 2010. All rights reserved. "The American Institute of Architects," "American Institute of Architects," "AIA," the AIA Logo, and "AIA Contract Documents" are trademarks of The American Institute of Architects. This document was produced at 16:58:20 MST on 02)04/2025 under Subscription No.20240085191 which expires on 12/04/2025, is not for resale, is licensed for one-time use only and may only be used in accordance with the AIA Contract Documents® Terms of Service. To report copyright violations, e-mail docinfo@aiacontracts.com. User Notes: (67a2a94c6738208acca6bdd7) MAIN STREET AM URCA chow• POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That NGM Insurance Company, a Florida corporation having its principal office in the City of Jacksonville, State of Florida, pursuant to Article IV, Section 2 of the By -Laws of said Company, to wit: "Article IV, Section 2. The board of directors, the president, any vice president, secretary, or the treasurer shall have the power and authority to appoint attorneys -in -fact and to authorize them to execute on behalf of the company and affix the seal of the company thereto, bonds, recognizances, contracts of indemnity or writings obligatory in the nature of a bond, recognizance or conditional undertaking and to remove any such attorneys -in -fact at any time and revoke the power and authority given to them. " does hereby make, constitute and appoint Tim Mitchell, William Greer its true and lawful Attorneys -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed, bonds, undertakings, recognizances, contracts of indemnity, or other writings obligatory in nature of a bond subject to the following limitation: 1. No one bond to exceed Ten Million Dollars ($10,000,000) and to bind NGM Insurance Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of NGM Insurance Company; the acts of said Attorney are hereby ratified and confirmed. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Directors of NGM Insurance Company at a meeting duly called and held on the 2nd day of December 1977. Voted: That the signature of any officer authorized by the By -Laws and the company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the company as the original signature of such office and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, NGM Insurance Company has caused these presents to be signed by its Secretary and its corporate seal to be hereto affixed this 9th day of October, 2024. NGM INSURANCE COMPANY By: Lauren K. Powell State of Wisconsin, Vice President, Corporate Secretary County of Dane. On this 9th day of October, 2024, before the subscriber a Notary Public of State of Wisconsin in and for the County of Dane duly commissioned and qualified, came Lauren K. Powell of NGM Insurance Company, to me personally known to be the officer described herein, and who executed the preceding instrument, and she acknowledged the execution of same, and being by me fully sworn, deposed and said that she is an officer of said Company, aforesaid: that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and her signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company; that Article IV, Section 2 of the By -Laws of said Company is now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at Madison, Wisconsin this 9th day of October, 2024. In,, J440 My Commission Expires May 21, 2027 Aueoce :;‘,4,9 I, Nathan Hoyt, Assistant Vice President of NGM Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said Company which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company at Madison, Wisconsin this 13th day of February , 2025 Nathan Hoyt Assistant Vice President WARNING: Any unauthorized reproduction or alteration of this document is prohibited. TO CONFIRM VALIDITY of the attached bond please call 1-603-354-5281. TO SUBMIT A CLAIM: Send all correspondence to 55 West Street, Keene, NH 03431 Attn: Bond Claim Dept. or call our Bond Claim Dept. at 1-603-358-1437. ACORD CERTIFICTE OF LIA MTV INSURANCE I DATE (MM/OD/YYYY) 3/7/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder's 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 5689 McWhinney Blvd Loveland CO 80538 INSURED TCC Corporation 6820 Powell Street Loveland COVERAGES CO 80534 arc.' Renee McReynolds ram. E. (970)679-7344 ADDRESS ranee -ms ynolds@leavitt com (AX, No) FA(866)456-4265 C INSURER(S) AFFORDING COVERAGE INSURER Selective insurance Company of America INSURERS Plnnacol Assurance NAIL 0 012572 41190 INSURERC Zurich Insurance Group INSURER D 850457 INSURER E INSURER F CERTIFICATE NUMBER 24-25 update REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR , TYPE OF INSURANCE ADDL SUER INSD WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY► POLICY EXP (MMIDDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY I CLAIMS MADE �X OCCUR X Blkt Ad. Insureds X Y 32325490 5/1/2024 5/1/2025 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) S 500,000 MED EXP (Any one person) $ 15,000 X Blkt Waiver Subrogation PERSONAL SADVINJURY $ 1,000,000 GENL'AGGREGATE LIMIT APPLIES PER R POLICY a JECT O LOC OTHER GENERAL AGGREGATE $ 3,000,000 F5004455 -405y/40444 $ 3,000,000 A AUTOMOBILE LIABILITY �- X ANY AUTO ALL OWNED AUTOS X HIRED AUTOS X Blkt Addl Insureds SCHEDULED _ AUTOS X ANL) El) ' ' X Blkt WOS - X Y - 32325490 , 5/1/2024 5/1/2025 COMBINED SINGLE LIMIT (Ea accidenp $ 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 32325490 5/1/2024 5/1/2025 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED I IRETENTION $ _ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/ N ANYTRIPM ETErXRTNER/EXECUTIVE OFFICEtory In H) EXCLUDED ❑ (MandatorylnNH) If yes describe under DESCRIPTION OF OPERATIONS below N /A y incl Blanket Waiver of Subrogation 4021079 7/1/2024 7/1/2025 PER OTH- X I STATUTE I I ER E L EACH ACCIDENT ' $ 500,000 EL DISEASE -EA EMPLOYEE $ 500,000 E L DISEASE - POLICY LIMIT $ 500,000 C A Builders Bask Contractors Ecumpment 81173661347 32325490 5/1/2021 5/1/2024 centsnuoes 5/1/2025 $3 000 000 any one structure $1000 deductible Leased/Rented egwpment $250,000 limit DESCRIPTION OF OPERATIONS,/ LOCATIONS I VEHICLES_(ACORD 101 Additional Remarks Schedule may be attached If mare spacers required) re Dacono Grader Shed Project, _ Weld County, Colo, its elected officials and its employees are named as additional insureds in respects General Liability, as required by contract Waiver of subrogation is provided in favor of the additional insureds PCDTICI,ATC uAr nee _ _ __--- _ ttaylor@weldgov com SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Weld County Colorado 1105 H Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS Greeley, CO 80632 , AUTHORIZED REPRESENTATIVE R McReynolds/LAEWIN - ACORD 25 (2014/01) INS025 (201401) -2014 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD AC®R CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 4/18/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder R an ADDITIONAL INSURED, the pohcy(les) must be endorsed If SUBROGATION IS WAIVED, sublect to the terms and conditions of the policy, certain policies may require an endorsement A statement on thus certificate does not confer rights to the certificate holder in lieu of such endorsement(s) _ PRODUCER Ewing -Leavitt Insurance Agency, Inc 5689 McWhinney Blvd Loveland CO 80538 NAMCONTAy CT Renee McReynolds E RIME. (970) 679-7346 I jac No) (866)456-4265 ADDRIESS renee-mcreynolds@leavitt com INSURER(S) AFFORDING COVERAGE NAIL # INSURER Underwriters at Lloyd's, London 15792 INSURED TCC Corporation 609 Gryfalcon Ct Suite D Windsor CO 80550 INSURER B INSURER INSURER INSURER E INSURER F COVERAGES CERTIFICATE NUMBER Prof/Pollution 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 IN LTR TYPE OF INSURANCE ADDL SUER INSR VIVO POLICY NUMBER (MMIDYI� DIYY (MMIDDY/YYY1� LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS -MADE E OCCUR EACH OCCURRENCE $ WET SESO(EaEo cunense) $ MED EXP (Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ GEN L AGGREGATE LIMIT APPLIES PER POLICY E !NT JEC OTHER❑ LOC OTHER PRODUCTS - COMP/OP AGG $ $ AUTOMOBILE _ LIABILITY ANYAUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED _ AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) S BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY AMAGE IPeraccZID $ UMBRELLALIAB EXCESS LIAR OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y I N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICERIMEMBER EXCLUDED? (Mandatory In NH) If yes describe under DESCRIPTION OF OPERATIONS below NIA I STATUTE I I ER E L EACH ACCIDENT $ E L DISEASE - EA EMPLOYEE $ E L DISEASE POLICY LIMIT S A Contractors Professional and Pollution Liability X Y ANE5434766 24 Blkt Addl Insd/WOS-Pollution 4/18/2024 4/18/2025 $1 000 000 eaclaim/$2MilAgg EA° Limits $1 000 000 ea daiM$1 Mil Agg Pollution Limits DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached It more space Is required) — re Dacono Grader Shed Project, Weld County, Colo, its elected officials and its employees are named as additional insureds in respects General Liability, as required by contract Waiver of subrogation is provided in favor of the additional insureds CERTIFICATE HOLDER CANCELLATION Weld County Colorado SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1150 O Street ACCORDANCE WITH THE POLICY PROVISIONS Greeley, CO 80631 AUTHORIZED REPRESENTATIVE R McReynolds/LAEWIN ACORD 25 (2014/01) INS025 (2o/ao1) O 1988-2014 ACORD CORPORATION All rights reserved The ACORD name and logo are registered marks of ACORD Contract Form Entity Information Entity Name* TCC CORPORATION Contract Name * DACONO GRADER SHED Contract Status CTB REVIEW Entity ID * @00034361 Q New Entity? Contract ID 9226 Contract Lead * CNAIBAUER Contract Lead Email cnaibauer@weld.gov Contract Description * PROVIDE CONSTRUCTION SERVICES FOR THE NEW DACONO GRADER SHED. Contract Description 2 Parent Contract ID Requires Board Approval YES Department Project # Contract Type * Department Requested BOCC Agenda Due Date CONTRACT BUILDINGS AND Date* 03 :'20/2025 GROUNDS 03 24;±2025 Amount* $1,227,387.00 Renewable* NO Automatic Renewal Grant IGA Department Email CM- BuildingGrounds@weld.go v Department Head Email CM-BuildingGrounds- DeptHeadg weld.gov County Attorney GENERAL COUNTY ATTORNEY EMAIL County Attorney Email CM- COU NTYATTORN EY@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 Contact Info Contact Name Purchasing Review Date * 12/31/2025 Committed Delivery Date Contact Type Contact Email Renewal Date Expiration Date* 12/31;2025 Contact Phone 1 Contact Phone 2 Purchasing Approver Purchasing Approved Date Approval Process Department Head PATRICK O'NEILL DH Approved Date 03/26/2025 Final Approval BOCC Approved BOCC Signed Date BOCC Agenda Date 03/31 -2025 Finance Approver CHERYL PATTELLI Legal Counsel ADRIA SCHIEL Finance Approved Date Legal Counsel Approved Date 03/26/2025 03/26/2025 Tyler Ref # AG 033125 Originator CNAIBAUER February 20, 2025 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: Dacono Grader Shed — B2500009 As advertised this bid is for the construction of the new Dacono Grader Shed. 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 $1,227,387.00. If you have any questions, please contact meat extension 2023. Sincerely, Patrick O'Neill Facilities Director 3/5 B600E1 DATE OF BID: FEBRUARY 7, 2025 FEBRUARY 13, 2025 REQUEST FOR: DACONO GRADER SHED DEPARTMENT: FACILITIES BID NO: B2500009 PRESENT DATE: FEBRUARY 12, 2025 FEBRUARY 19, 2025 APPROVAL DATE: FEBRUARY -26,20U MARCH 5, 2025 VENDOR TCC Corporation 6820 Powell Street Loveland, CO 80538 Golden Triangle Construction LLC 8008 Raspberry Way Fredrick, CO 80504 KR Construction Group Inc. 1029 S. Sierra Madre Street Colorado Springs, CO 80903 Denver Commercial Property Services d/b/a/ DCPS 6245 Clermont Street Commerce City, CO 80022 Baker Builders, LLC d/b/a Baker Constructors 5660 Iris Parkway Frederick, CO 80504 Landmark Builders Inc. 3812 Carson Avenue Evans, CO 80620 NeuMark Commercial Builders, LLC 6379 Rockwell Court Loveland, CO 80538 Growling Bear Company Inc. 2330 4th Avenue Greeley, CO 80631 WELD COUNTY PURCHASING 1301 N. 17th Avenue, Greeley, CO 80631 reverettl iweld.gov cgeisert@weld.gov ttaylor@weld.gov Phone: 970-400-4222, 4223 or 4454 AMOUNT $1,227,387.00 $1,281,700.00 $1,479,625.16 $1,517,875.17 $1,545,785.00 $1,563,226.00 $1,566,601.00 $1,595,740.00 2025-0482 ZA9 ac-,coZ"1 PAGE 2 DATE OF BID: FEBRUARY 7, 2025 FEBRUARY 13, 2025 REQUEST FOR: DACONO GRADER SHED DEPARTMENT: FACILITIES BID NO: B2500009 VENDOR AMOUNT Commercial Building Services 7561 S. Grant Street, Suite A-4 Littleton, CO 80122 Calahan Construction Services 1661 Wadsworth Blvd. Lakewood, CO 80214 Freedom Homes LLC 4920 Saddlewood Circle Johnstown, CO 80534 Chisel Constructions A670 Bryant Street Denver, CO 802024 Standard Fence Company 1390 East 64th Avenue Denver, CO 80216 THE FACILITIES DEPARTMENT IS REVIEWING THE BIDS. $1,608,434.00 $1,708,097.90 $1,833,000.00 Non -responsive Non -responsive Hello